Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24461: H.O. MILLS MAINTENANCE FACILITY PHASE II AND II ROADWAY AND DRAINAGE
City of Port Arthur Transit • Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit-Fleet Director N Date: September 17,2025 Re: P.R.24461 —H.O.Mills Maintenance Facility Phase II and III Roadway and Drainage Reconstruction Nature of Request: Authorize the City Manager to execute a contract with Construction Managers of Southeast Texas,LLC for Phase II and Phase III roadway and drainage reconstruction at the City's H.O. Mills Maintenance Facility,in an amount not to exceed$1,114,939.19. Background: The H.O. Mills Maintenance and Operations Complex serves as a critical hub for multiple City departments, including Fleet, Parks, Solid Waste, and Police. The facility's internal roadway network is essential for the transport and operation of vehicles and heavy equipment. In March 2023,The Solco Group,LLC (TSG)conducted a preliminary review of the H.O. Mills Facility. It determined that the internal roadway network had surpassed its useful life and was in need of substantial reconstruction. Specifically, the entrance driveway at 101 H.O. Mills Boulevard showed severe pavement distress and partial failure, requiring both full-depth and partial reconstruction along with associated drainage system repairs. • Resolution No. 24-019 authorized the City Manager to execute a contract with TSG for engineering and design services for driveway reconstruction and drainage repairs in the amount not to exceed $38,448.00. Following this authorization, the City advertised bid documents in November 2024 and selected the bid of ALLCO,LLC in the amount not to exceed$526,857.00. • Resolution No. 25-139 subsequently authorized the City Manager to execute a second contract with TSG for engineering and design services for Phase II and Phase III roadway and drainage reconstruction in the amount not to exceed $74,039.88. The City advertised bid documents on August 13 and August 17, 2025, and selected the bid of Construction Managers of Southeast Texas,LLC in the amount not to exceed$1,114,939.19. This project is essential to the preservation of the City's fleet and equipment. The deteriorated condition of the roadways at H.O. Mills poses an ongoing risk of damage to City assets. Timely reconstruction will ensure that Port Arthur's vehicles and equipment remain safe, dependable, and in a state of good repair,while also maintaining the functional and professional appearance of this critical operations facility. Recommendation: It is recommended that the City Council approve P.R. No. 24461, authorizing the City Manager to execute a contract with Construction Managers of Southeast Texas,LLC,for Phase II and Phase III roadway and drainage reconstruction at the H.O.Mills Maintenance Facility in an amount not to exceed$1,114,939.19. Budgetary/Fiscal Effect: Funding to pay for Phase II and Phase III roadway and drainage reconstruction at the City's H.O.Mills Maintenance Facility,in an amount not to exceed$1,114,939.19. is available in Account Fund 307-13-037-8525-00-10-000. P.R. No. 24461 9/18/2025 IM/tnr RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS OF BEAUMONT, TEXAS, FOR THE PHASE H AND II ROADWAY AND DRAINAGE RECONSTRUCTION AT 101 H.O.MILLS BOULEVARD IN THE NOT TO EXCEED AMOUNT OF $1,114,939.19; FUNDING IS AVAILABLE IN ACCOUNT NO 307-13-037-8525-00- 10-000. WHEREAS, The Solco Group, LLC ("TSG"), conducted a preliminary review of the City of Port Arthur's Maintenance Facility located on H.O. Mills Boulevard and identified multiple infrastructure deficiencies exceeding their useful life, including deterioration of the driveway at 101 H.O. Mills Boulevard; and WHEREAS, pursuant to Resolution No. 24-019, the City Council authorized the City Manager to execute a contract with TSG for engineering and design services related to driveway reconstruction and drainage repairs at 101 H.O. Mills Boulevard, in an amount not to exceed($38,448.00); and WHEREAS, following the advertisement of bid documents in November 2024, the City awarded a contract to ALLCO, LLC in an amount not to exceed($526,857.00); and WHEREAS, pursuant to Resolution No. 25-139, the City Council further authorized the City Manager to execute a contract with TSG for engineering and design services for Phase II and Phase III reconstruction and drainage repairs at the H.O. Mills Maintenance Facility, in an amount not to exceed($74,039.88); and WHEREAS, the City duly advertised bid documents on August 16, 2025, and August 23, 2025, and, upon review of submissions, selected the bid of Construction Managers of Southeast Texas, LLC, in an amount not to exceed($1,114,939.19), as set forth in the bid tabulation attached hereto as Exhibit "A"; and WHEREAS, the contract term shall be ninety (90) days and shall commence upon approval of this Resolution by the City Council and the issuance of a Notice to Proceed; and WHEREAS, the City Manager and Port Arthur Transit recommend City Council approve P.R. No. 24461, authorizing the execution of the contract with Construction Managers of Southeast Texas, LLC, for Phase II and Phase III roadway and drainage reconstruction at 101 H.O. Mills Boulevard, in an amount not to exceed($1,114,939.19), as reflected in Exhibit "A" NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: THAT, the facts and opinions in the preamble are true and correct. THAT, the City Manager is hereby authorized to execute a contract with Construction Managers of Southeast Texas, LLC, for Phase II and Phase III roadway and drainage reconstruction at 101 H.O. Mills Boulevard, in an amount not to exceed ($1,114,939.19), in substantially the same form as attached hereto as Exhibit"B". Funding shall be provided through Account No. 307-13-037-8525-00-10-000. THAT, a copy of the caption of this Resolution be spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED this day of 2025 at a Regular meeting of the City of Port Arthur,Texas by the following vote: AYES: P.R. No. 24461 9/18/2025 IM Mayor: Councilmembers: NOES: Charlotte M. Moses, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED 7 Roxann Pais Cotroneo, City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 307-13-037-8525-00-10-000 Ronald Burto PM Lyn a Boswell City Man r Director of Finance Clifton Williams, CPPB Ivan itchell Purchasing Transit Director P.R. No. 24461 9/18/2025 IM Exhibit "A" -4 THE SOLCO GROUP, LLC TRANSPORTATION PLANNING/ENGINEERING/RESEARCH/ADVICE/CONSULTING September 18, 2025 Ivan Mitchell Transit Director City of Port Arthur Port Arthur Transit 344 Procter Street Port Arthur, TX 77640-6450 RE: Bid Summary—Driveway Reconstruction at 101 H. O. Mills Blvd.Maintenance Facility — Phase II & III / Engineer's Recommendation for Award — PATX 25-139 - (TSG 2025-03- 1268) Dear Mr. Mitchell, The Solco Group, LLC (TSG) received a copy of the bids for the above-referenced project for review and recommendation of award. The bid opening was conducted by the City on Wednesday, September 10, 2025, at 3:15 p.m. in the City Council Chambers, City Hall, 5th Floor, Port Arthur, Texas. Three (3)bids were received from the following firms and publicly read aloud: • ALLCO, LLC • Brystar Contracting, Inc. • Construction Managers of Southeast Texas, LLC TSG has reviewed all bid documents and prepared a detailed bid tabulation (attached). The bid results are summarized in the following table: Bid Summary Bidder/Engineer's Estimate Bid Schedule 1 Bid Schedule 2 Total Bid for Schedules 1 and 2 Engineer's Estimate $744,996.00 $683,504.00 $1,428,500.00 ALLCO, LLC $683,251.10 $646,215.77 $1,329,466.87 Brystar Contracting, Inc. $602,075.00 $586,264.00 $1,188,339.00 Construction Managers of Southeast Texas,LLC $575,262.53 $539,676.66 $1,114,939.19* *Note: The numbers in red on the attached spreadsheet indicate that the mathematical calculations provided by the apparent low bidder are not correct. The calculated total of the itemized costs is$13.29 lower than the bidder's stated total,which should therefore be $1,114,925.90 rather than$1,114,939.19. THE SOLCO GROUP,LLC 549 4th Street,Suite 209A,Port Arthur, TX 77640 WWW.TheSolcoGroup.com leSG THE SOLCO GROUP, LLC TRANSPORTATION PLANNING/ENGINEERING/RESEARCH/ADVICE/CONSULTING Engineer's Recommendation • Apparent Low Bidder: Construction Managers of Southeast Texas, LLC • Observed Issue: Construction Managers of Southeast Texas, LLC's stated total exceeds the sum of its line-item costs by$13.29. • Recommended Action: Select Construction Managers of Southeast Texas, LLC as the apparent low bidder and negotiate to correct the total bid amount to $1,114,925.90. This recommendation is based on TSG's review of the bid documents and in accordance with City of Port Arthur procurement requirements. Please let us know if you need any additional information or assistance with contract award processing. Sincerely, Kelvin L. Solco, P.E., MBA Principal /Project Manager p KELVIN L SOLCO j The Solco Group, LLC �I- •. 78161 i.c g Attachments. ‘‘ZIO.. k— Detailed Bid Tabulation Spreadsheet CMOS Bid Documents th THE SOLCO GROUP,LLC 549 4th Street,Suite 209A,Port Arthur, TX 77640 WWW.TheSolcoGroup.com ,- 00 N so V, 7 r x Q as O a f^, a ,D ‘o N O so d• x O a N 7 7 A: r- r N f N M M N ax _ Vl '0 O� N w ' N N 41 O Nl r- O o0 00 'D O 0' A 0 ‘D 00 a a N N x - - 00 M 00 N a A V M - - N N 0, vCi - M O N „ - CO X 4 N Er - Ow 6A 64 6A 6A 6s 64 6s 6A 64 6A 69 6A 6A 64 Er 0 z 00 N H en7 O Off.) M O sD 00 N 7 0p 0` M K o0 M �D v, �D O 4 C) 'yn N ' O �D a N D, r N N O N N N N ' O V) N S O 7 '.D 00 Cl. N •- O. 'C M a 6A 64 64 44 EA 6A 64 64 FA 64 6A 6A 6A EA O _ 6. _O O O O O O O - O 6 O O O O 0 oc N c o 0 u S. 4, o o .c. E. v, v1 ,e v, M o O n c . O O C 1 kn a 'c v1 Oo Y; - - oo x v1 N © r� O N G0.0 E N V N N N u :E " v: 69 69 69 64 69 A Es 6A 69 AA (� fiA c c U _ O o o O o o o O - o L O O _ _O O O O Et H 0 O se O N u1 O <1' m V O - N C, V', v1 ea ,e O M N a L OC x r', Qom. E N J: 6A A 6A A A A 64 EA A. '.r? A A 6A O O, O r v1 O vi vt cc 7 <t oo v1 co O O [� V O O M (-4 M N o M O o0 N sD 6 T v, M 6 6 v, Lei - 6 'n O v, v, \O n.D V, vl 0o N oo v, v1 00 as O 0o O N so l� )(It` M N l� V R r N U N l- N oo N vi co- ut O so 7 7 — O E M V M - M N o O •- U 4 64 6A 64 64 64 64 6A 6A 69 69 6969 6A 6A .' O O M M v, so v, v, <p oo N 7 - N O O O \O V M a ,D .- l� so so 7 R O O oo v, O v, N \D O 6 O r n N C) o co O N N V N 7 (n. cr N V' N \D .� N t\ 00 N M 69 EA 64 EA EA 6A 64 EA 44 6A 64 64 6A 69 O O O O O O O O O O O O O O O O O O O O O O O O O O O O m O O O N O v1 O O V O O O vt O coO O O N N 7 N N O O 7 00 O - 0 O O as so V 00 v, so O O O h N r an W N 0000 - .4 O so M N - ,21 E E M ., M Vi in6A EA 64 64 64 64 64 64 6A 6A Al EA 64 64 0 .0 I. ;Li 0.1 O O O C O O O O O O O O O O L., O O O O O O O O O O O O O O �+' . vi O O O O O oo O v, O O N_ Oo O O Na O C Oo — M N M �D Oo 00 To S N c V O O an o,, 04 O N - W I 6A 6A 6A 6A ; ; ; 6A ; : : 69 6A i .-. O °1 ; v.) r- v M O so so .O 0 N N N CA 'o f cn En >. › ›.. , W W u... ›. d Q P. m ' c v.. •'..7 a a 0 U U (in En .1 W W a .a a d _ 0 -0 .�.i Q O Y 'X y N - 0D = c '/� .0 0 y T T ti O y �" U y u O. G. GL a) ti u JD O a H ., ? go . ao > c E L -o F" . z a� a• ' S x E = S 0 . W o o ° - a s U o o ° p ° C] Ll A ., ° c Cn v .01 ❑ E .� > a O v c ti 4 a C r, U U a U .d °? b a o ao 0 ° v ` o y ❑ oe U ° K o, w ❑ 0 v b o a ❑ o U ? a u u ° W l� W o E A7 U U d v Y ga g U 4 S ° o C .L C ay) N 'b x v ate+ ., y - . .!d 6) ... .V.. )V. D' U a.) .E u < 00 N 00 00 E a... N i 6 A o p p > p y Oa a) w 9 6 4D 6. 4 0. — g Q .E p .0 .) d E' e c zo 0 0 a o U 4.a o ar K ° 01 E _ 4. .� u u '� i`y) 06 o , a a0i 'x u x .qi ?. o '° 0 o ° tCO 1 co F 0 (..) .5. v: Q U 0o W 0 .1 W U ❑. C7 IX U .q- e4 ¢ N U 4 .5 I:4 W ix W 0. U cad rJr' U . G Cp io O F F F _ F E- F F F F F F - E-H F F d 'a d z 00 ON O ON 00 ON Or 00 COO O ` O ,� O as L O oQo A Q Q o A A Q vv Q AQ '',v o - N O h a. - F F F F F F F F F F F F F F 0. y 01 'E - o o cu Oa �+ BOO vi S 67. '1' .-. N M V h ED N 00 a O- - N -. U W G 0:1 .• N H © 00 'O N C C N t^, 00 'l .O N N C� N ' C M 7 ^ O M N N 'C 'O .O m N- N N 00 00 .0 — N '1 r Tra, `O N N O r- 00 E r r, — as, M 'C M Vi h• V C` — Cr — 7 00 en .O N — -t F- in N — 00 — �f 00 X a, N F W 69 cs 'fi 00 69 6A 00, Fn. 69 64 64, 69 E9 69 69 69 69 C O i 7.10 cr enN V1 \O enV Q+ 7 ,G V1 No .O iG 00 \O U ^ O� M en re, N V1 R -- U V, N eY — O 'O r sC h — N F y oO N N N '4' 0 N N O O L (, r 00 N enC cC O Qa C w O' — 'O — = r R z.-: ' N Q v wu Q C 64 69 64 64 64 69 64 69 64 69 EA 64 69 O O 0 O O O C ^ O O O 0 O O O O O O O O O O O O O ,f. i C O oc O' 4 O R �C vi C ^ C u , O N .0 eC O 'C en 4, O 6 0 O C O O O en .0 en .0 O, elN 00 00 .6 0, M M N O` — M E� O E N M N O N m 1. v y u -- S s 4 00 _ 49 69 44 69 EA 49 69 69 64 E9 69 69 68 0 Co) CQ OO C - C C O O O 0 O C O 7 .0 O N M v, C C O O H © O ry M , '8 N a, N O O N O O N 'O C' 4 J0 00 cc •e N 64 64 69 0 0 0 6R 69 00 EA 43 E9 O_ O — N 7O 7 O re, O No, 7 o F- N V 0o o .0 oc ' '6 as rn O — C v1 'C en0 a;o0 rl C C o '6 C 00 6n h o O 'n o0 0, M so O rn N v N N N O O N O oo O '6 ,n co — rn O V, f7 V O N Ti- O, O 'C 'C o0 r- j r M 7 Q. E M M en N — kr) — O Co) GA a 69 64 69 68 64 64 69 64 69 69 69 69 69 Q O — so O sC N O N O 0 0, 00 y O N 00 0 'C v, v, C' 'n v, C' a` V © O v-; C' O N O N 'C N O N O .O U O O N C O 7 Tr — O N- N Oct N N ' O •C C N 00 '9 en E9 EA 69 69 69 64 64 69 69 69 69 69 EA O O O O O O O O O O O O O O O O O O O O O 0 O O O O O O 'O O O O N O O O O O O O O O as '' O O N o0 0o O N so v, N- O C 'O O^ O co O ut n C' — as., — 00 — O co o0 7 E O - Ti-- N - N e 0 N 4 N N N E N o 64 69 69 69 69 69 69 69 68 69 69 EA 68 EA 71 O o O O O O 0 o O O O O O c .r 0 o O 0 0 O C o O O 0 O o E.. m o C C 00 C vi C C O C C C C O O O M N M ,c. en '6 C co C N ^' C..) O O O O C O O, N Z L- k — fl 69 69 64 69 69 69 69 69 64 69 64 64 69 t N a. N N ON CR -V • — — l/'1 00 4- 0 M fn h 7 NTr y C Tr Oo .0 O O N O 7 — N N j a = vl En w > Y > w 4., .setetw ] .l .a U U En .a .1 W W .a -o C y U „ ti V hm q i a) a) •C .1 c a a.�. ... = a) �a roy o 0 C " u on c) >+ f v boo-. boo-, a n. a 0. a.) go ,- C 5 tev o a oCog o y ° •-, • an .� 0 — C n. Uy Ca L - ❑ V' •G .� O ; . 7ro 0., C C '�a g 0 : Ucia.eg a A Fa 4 co 5A0vb � ° 13 ?N : N a, `° y yo 0_ „ E E a. S 00 N 0 . ' W N : yy Co O :2 _ > O y d -0 a) o a) y 0 `-% O 4ov O - d Oti❑ > '❑ o a E ❑. U ,C n. o S g o 0 a •k -0 C d = o a.) U C v U d .) •N a) Z o Es, .4' O V 40 k 4 a U ? cd •5 .5' a '5 n' m 4" .itaiXa . cc C) US VL U00 wG > W wV xU 4 c4a".> xa > 4 .5 x W xwa dZ E••c F F F N E- F F F E. H N H H H y s OO ON O -" O OO ON ON OO O O Ovn O O Ac' Ac' Ao G10 m — Ca 'n � N lop ,..0 � � A � Cam Qrn � a 'O CA ae F F E= H F Ex- — H H H H F F F H `r Oa y . .+. rn y — N re, V h t` 00 O— — fV 14 Z ?. O O N — r `O -- o; Q ✓ oo 'D 0' M, '0 '0 C N a od 7 N Ni NO so O Q' M1 V m m '0 r r N M ^' d' N M O ^' '0 `O NM c a v M try r' cc sR Fn v: yr v; vs 00 ER ER Ts M `oC, .oa, 'M N •y y W N M M ° = - u, M R m V r - _ w y col y G 4.,� vi v5 vi 5R ER q 0 o C o o a 0 0 0 x ,o 0 - L N c v oc a — — x 00 v '" vi 0 U Q Q __ F. O p 0 C-) ''C Q Q O O — ril N Q Hr e - — — •b F0 r V' O N Q M N M � N 'I' N d ,o , a U O O vs vs vs vs 5R ER N ✓ n oo v oo O x m 'n a s o0 U F i al 7 N o oki000 � FO Z M Z V F vs Qs vs vs 00 W c x 0 0 0 0 o C o Z � ° Ni O C O C ' C 0 x 0 o o IN en v n F oh F O '(' 00 M 00 J N• C:J N b � .M. 4 U sR F 4 6R vi 6R 6R ER 6R 64 L) H O HH 8 O 0 0 0 0 e ,. U H w rn n Z o 4 coo F ,wj E-' F 10 o ay d z � N [.c� WO El xa1 w us vs 44 ss� us .gyp m vUi d d Ca d 00 00 — N 0' u W Q 07 4 ,D M ... M ;d F W C4 p 0� d 'c WwFz- al Z w w cn w w E-' F O a a a a a w < dLL Q L4 a. • Lal 7l [A� 70 4 ,y A G 'D a 'xy., ypi,,Y 4 U ^ 4 ` Q y • i • `n+ � e' Ot. U 1° Uv C.) 0 3 Z CZ w ErU) � xzO a 3 u" .. y „ .... u K4 a w W t ,1 ry E, H o o 0 o 0 5 > 0 ... 2 g , F cn ° � V aYc4 a� � o 0 ° s o = c4 c4 Ca 44gVh c� cn o ° u 0 ob 0 rc°. id e0i o o w w ' Z 4, O "C0 0 0 O U g S F U al F F x U U 3 Cq X w ' r.O C-) E. C) C.) C..)aOy. O O N O M O " O . Z Z ¢ O Er O X O Q O X FA/ Q N W W W U Q F '^ E•" v' E-" '�' F F. v' H Ex" Ex" W fi7 W W • — ,C, - oo F F F F— O O O O ZZZZ P.R. No. 24461 9/18/2025 IM/tnr Exhibit "B" Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. SPECIFICATION E. BID PROPOSAL YES F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA YES ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION YES L. NON-COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. SB 252 SECTION A CONTRACT FOR RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY PHASE II AND III THIS AGREEMENT, made this day of , 2025,by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, and a(n)Corporation herein after called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 90 days after the start date on Notice to Proceed. 2. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts of$1,114,939.19, stated in bid document. 4. The term "Contract Documents"means and includes the following: A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. SPECIFICATION E. BID PROPOSAL F. BID BOND G. CONFLICT OF INTEREST H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION L. NON-COLLUSION AFFIDAVIT M. AFFIDAVIT PAGE N. SB 252 O. WAGE DECISION 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in(2 copies)each of which shall be deemed an original on the date first written above. Page 1 of 2 Signed on the day of , 2025. CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard,City Secretary Signed on the day of , 2025. CONTRACTOR BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 SECTION B CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, September 10, 2025 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, September 10, 2025 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY PHASE II AND III Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or\ti\A,NA,.publicpurchase.com_ NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, AUGUST 26, 2025 AT 2:00 P.M. AT THE EQUIPMENT SERVICES GARAGE LOCATED AT 103 H. O. MILLS ROAD, PORT ARTHUR, TEXAS Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. (i� rL (�?)diza 1yr - Cli n Williams Purchasing Manager FIRST PUBLICATION: AUGUST 16,2025 SECOND PUBLICATION: AUGUST 23,2025 i my m>� mar nJQz • 3.n 'ym 0.g - m 3 m.a m m - • mom 0 m m^ o ai v am3 3 z � ; g w m p- c3 0 J a$ -yi P: m m 9. a yo =o-g $m c gmQo4' ce LIT , m-i g s;mp a n< - .+ � Fg' c.ma z 'PEP ; v, m g a g m D ' m m m .2 m 'O .. m S m E. 1 0, c.• - =' m,- �� _ g O =•• i•g d 5 i.� m n o " a x a Dz..'m C ^N of mg w C mda. > = 7,C7 5 m a a >3 to a e OQ d - .o nn m1 p c� T 7.r m ik, c., . Troc g ^ m aJm m w yam Pc• yOP a+ Po N mog W km3wm m-ir � g C) wag < N ��wn 3�� °‘ tD _ H z A2 t• r7,� r - -=c c xao_o _$$AO © Fr m: id s• -4 Sa r AOW'.:0 70 tde 1 °Sas . 5 a m co 0.0 as - 404, a23 a n ac,8)v mg r= a"3 io Sg • , oE ? ° 0 ! Qmoa w A tz _ a m m " C,y,J,� O N t0 lj aw o'o i�o as m� of p .1 � a' W�. Qwe f 5 0.Vmov.32f �y 0 yob °a' d ~ .�, la R m n' g o 4; ow E -i J > F 'm• A P� ' V 8a A :. a o � O dZ MS®. nm ay p- A WI.m - n. as 4 .,a0 � m mdoga$ Mr. " O o ^, c co cm m gmuAo` a isgR § N,�rogm = 1.�► M no ; s 3 8magm _ �A s F. g 4T o�1 o �7 n 3 m a 7 a a- n w '��'� N it m O >' m9,c D � m a D3_e ma' <0 .- of " o q 2a to a-c - r. �I m a a,l . m O m o m ., g n Amy = `-+ . m a Z W c� m00 �ie ; Tc� Ps H �' g Z N � � m _ qq 3 m v N 700 m o c 9 J N Nw ba°g t�. Fig: m Z' ma .0 mmm. b9 0' x 1 m m o IN s it-. m 3i m - W, c m m `� a N R a n c g m to D - . 7 �i , _ m 1 :a 3 0. n ca •Jg, D maEcm 1 . i '"O g m ;05in J m _ � m3 Nitro 8 0.'., mpm e_m am SECTION C GENERAL INFORMATION: Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Most Responsive Bid in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The bidder may thereafter submit a new bid prior to the deadline. Modification or withdrawal of the bid in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfol conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this ITB, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the bid both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Transit, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c.Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF BIDS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Bidder has notified the City, in writing, that the Bidl Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity or non-compliance by the Bidder with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Bidder's ability to meet the minimum standards required by this ITB. CHANGE ORDER (a) The Contracting Officer may at any time, and without notice to the sureties, if any, by a written order, make changes within the general scope of this contract in any one or more of the following: (is) drawings, designs, or specifications; (ii) extending term of contract; and (iii) equitable adjustment in price/time of performance. If any such change causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. (b) Any notice of intent to assert a claim for adjustment under this clause must be asserted by the Contractor within 30 days from the date of receipt of the Contracting Officer's written order; provided, however, that later notice shall not bar the Contractor's claim if the Contractor can demonstrate that PAT was not prejudiced by the delay in notification. In no event shall any claim be asserted after final payment. SECTION D Driveway Reconstruction Phase II &III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS These technical specifications are based on the 2024 TxDOT Standard Specifications. Modifications to the standard TxDOT Specifications have been made for this project as described below: Stfiketlacetell Identifies text that has been deleted from the standard specification. This text shall be ignored and not applicable to the standard specification. Bolded Italics Identifies text that has been added to the standard specification. This text shall be considered as an additional language that is part of the standard specification. LIST OF TXDOT SPECIFICATIONS Item 104 Removing Concrete Item 110 Excavation Item 132 Embankment Item 247 Flexible Base Item 360 Reinforced Concrete Pavement Item 464 Reinforced Concrete Pipe Item 465 Junction Boxes, Manholes, and Inlets Item 506 Temporary Erosion, Sedimentation, And Environmental Controls Item 529 Concrete Curb, Gutter, And Combined Curb and Gutter City of Port Arthur Bid Form Davis- Bacon Act Wage Rates for Jefferson County Texas TECHNICAL SPECIFICATIONS- 1 OF 2 TABLE OF CONTENTS Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TECHNICAL SPECIFICATIONS - 2 OF 2 TABLE OF CONTENTS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 104 Removing Concrete 1. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 2. CONSTRUCTION Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw-cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department City. Accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations unless otherwise shown on the plans. 3. MEASUREMENT Removing concrete pavement, floors, porches, foundations, sidewalks, driveways, ramp and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for"Removing Concrete" of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. subsidiary to this Item. TSG TXDOT ITEM 104 - 1 OF 2 REMOVING CONCRETE Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TXDOT ITEM 104- 1 OF 2 REMOVING CONCRETE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 110 Excavation 1. DESCRIPTION Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross-sections. 2. MATERIALS Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. 3. CONSTRUCTION Maintain drainage in the excavated area to avoid damage to the paving section and roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department City. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. Excavate to the grade and sections shown on the plans. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at final grade. Correct unsuitable material encountered at or below subgrade as directed. 3.1. Rock Cuts. Use approved embankment material compacted in accordance with Section 132.3.1., "Compaction Methods," to replace undercut material at no additional cost if excavation extends below the grade shown on the plans. 3.2. Earth Cuts. Scarify remaining material to a depth at least 6 in. below the grade shown on the plans in areas where pavement structure will be placed. Compact subgrade in accordance with Section 132.3.4., "Compaction Methods." 3.3. Acceptance Criteria 3.3.1 Grade Tolerances. 3.3.1.1 Staged Construction. Grade to within 1.25 in. in the cross-section and 1.25 in. in 16 ft. measured longitudinally. 3.3.1.2 Turnkey Construction. Grade to within 0.5 in. in the cross-section and 0.5 in. in 16 ft. measured longitudinally. TXDOT ITEM 110 - 1 OF 3 EXCAVATION Driveway Reconstruction Phase II & III at 101 H O Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas, or by the comparison of digital terrain model(DTM) surfaces or as shown on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for Excavation (Roadway)," "Excavation (Channel)," "Excavation (Special)," or "Excavation (Roadway and Channel)." This price is full compensation for authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. Drying required deeper than 6 in. below subgrade elevation will be paid for in Article 9.7., "Payment for Extra Work and Force Account Method." Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment," is not included in the Contract, payment for rcplaccmcnt of unsuitable m Article 9..7., ° rent a Work anal Corn int nn „ When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation in backfill a of retaining walls will not be mead fired o aid for directly but will be subsidiary to pertinent Items. TXDOT ITEM 110-2 OF 3 EXCAVATION Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK 10 TXDOT ITEM 110- 3 OF 3 EXCAVATION Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TXDOT ITEM 132 EXCAVATION 1. DESCRIPTION Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. 2. MATERIALS Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or from sources outside the right of way. Provide one or more of the following types as shown on the plans. • Type A. Granular material that is free of vegetation or other objectionable material and meets the requirements shown in Table 1. Table 1 Testing Requirements Property Test Method Specification Limit Liquid limit Tex-104-E 5 Plasticity index(PI) Tex-106-E 15 Bar linear shrinkage Tex-107-E 2 Perform the linear shrinkage test only as indicated in Tex-104-E. • Type B. Materials such as rock, loam, clay, or other approved materials. • Type C. Material meeting the specification requirements shown on the plans. Type C may be further designated as Type C1, C2, etc. • Type D. Material from required excavation areas shown on the plans. Meet the requirements of the pertinent retaining wall Items for retaining wall backfill material. 3. CONSTRUCTION Meet the requirements of Item 7, "Legal Relations and Responsibilities,"when off right of way sources are used. Notify the Engineer before opening a material source to allow for required testing. Complete preparation of the right of way in accordance with Item 100, "Preparing Right of Way," for areas to receive embankment. Backfill tree-stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out, to its original slope. Compact the ground surface by sprinkling in accordance with Item 204, "Sprinkling," and by rolling using equipment complying with Item 210, "Rolling,"when directed. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 in. unless otherwise shown on the plans. Bench slopes before placing material. Begin placement of material at the toe of slopes. Do not place trees, stumps, roots, vegetation, or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.4., "Compaction Methods." TXDOT ITEM 132 - 1 OF 6 EMBANKMENT Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Construct embankments to the grade and sections shown on the plans. Construct the embankment in layers approximately parallel to the finished grade for the full width of the individual roadway cross-sections unless otherwise shown on the plans. Ensure that each section of the embankment conforms to the detailed sections or slopes. Maintain the finished section, density, and grade until the project is accepted. 3.1. Earth Embankments. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. Obtain approval to incorporate rock and broken concrete produced by the construction project in the lower layers of the embankment. Place the rock and concrete outside the limits of the completed roadbed when the size of approved rock or broken concrete exceeds the layer thickness requirements in Section 132.3.4., "Compaction Methods." Cut and remove all exposed reinforcing steel from the broken concrete. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or blend abutting layers of dissimilar material for at least 100 ft. to ensure there are no abrupt changes in the material. Break down clods or lumps of material. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction,"when ordinary compaction is specified. Compact the layer to the required density in accordance with Section 132.3.4.2., "Density and Moisture Control," when density control is specified. 3.2. Rock Embankments. Rock embankment is mainly composed of rock. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18 in. or less. Increase the layer depth for large rock sizes as approved. Do not exceed a depth of 2-1/2 ft. in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. Do not place rock greater than 2 ft. in its maximum dimension, unless otherwise approved. Construct the final layer with graded material so that the density and uniformity are in accordance with Section 132.3.4., "Compaction Methods." Break up exposed oversized material as approved. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction,"when ordinary compaction is specified. Compact each layer to the required density in accordance with Section 132.3.4.2., "Density and Moisture Control,"when density control is specified. Proof-roll each rock layer as directed, where density testing is not possible, in accordance with Item 216, "Proof Rolling,"to ensure proper compaction. 3.3. Embankments Adjacent to Culverts and Bridges. Compact embankments adjacent to culverts and bridges in accordance with Item 400, "Excavation and Backfill for Structures." 3.4. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller. Begin rolling Tga TXDOT ITEM 132-2 OF 6 EMBANKMENT Driveway Reconstruction Phase II &Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 at the lower side and progress toward the high side on superelevated curves.Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with Section 132.3.4.1., "Ordinary Compaction,"or Section 132.3.4.2., "Density and Moisture Control," as shown on the plans. 3.4.1. Ordinary Compaction. Use approved rolling equipment complying with Item 210, "Rolling,"to compact each layer. Use specific equipment when required by the Engineer or as shown on the plans. Do not allow the loose depth of any layer to exceed 8 in., unless otherwise approved. Bring each layer to the moisture content directed before and during rolling operations. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. Recompact and refinish the subgrade at no additional expense to the Department if the required stability or finish is lost for any reason. 3.4.2. Density and Moisture Control. Compact each layer to the required density using equipment complying with Item 210. Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density. Do not exceed layer thickness of 16 in. loose or 12 in. compacted material unless otherwise approved. Maintain a level layer to ensure uniform compaction. The Engineer will use Tex-114-E to determine the maximum dry density(Da) and optimum moisture content(Wopt). Meet the requirements for field density and moisture content shown in Table 2 unless otherwise shown on the plans. Table 2 Field Density Control Requirements Description Density Moisture Content Tex-115-E PI 15 _98% Da _ — 15 PI 35 >_98% Da and 102 Da >_Wopt. PI>35 >_95%Da and 100 Da >_Wopt. Each layer is subject to testing by the Engineer for density and moisture content. Each layer must be brought to the moisture content necessary to obtain the required density and placed in a manner to ensure uniform compaction over the entire layer. The density and moisture contents for the descriptions shown in Table 2 are illustrated in the Moisture-Density Curve of Tex-114-E. Provide the Engineer with the beginning and ending station numbers of the area completed for testing. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E, Part I. The Engineer will determine random locations for testing in accordance with Tex-115-E, Part IV. When the density is less than the required density shown in Table 2, the Engineer may perform additional testing to determine the extent of the area to correct. Remove small areas of the layer to allow for density tests as required. Replace the removed material and recompact at no additional expense to the Department. Proof-roll in accordance with Item 216, when shown on the plans or as directed. Correct soft spots as directed. 3.5. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements shown in Table 2 are met. Maintain the moisture content no lower than 4% below optimum for soils with a PI greater than 15. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, Tga TXDOT ITEM 132-3 OF 6 9 EMBANKMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 or finish. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. 3.6. Acceptance Criteria. 3.6.1. Grade Tolerances. 3.6.1.1. Staged Construction. Grade to within 1.25 in. in the cross-section and 1.25 in. in 16 ft. measured longitudinally. 3.6.1.2. Turnkey Construction. Grade to within 0.5 in. in the cross-section and 0.5 in. in 16 ft. measured longitudinally. 3.6.2. Gradation Tolerances. Ensure no more than one of the five most recent gradation tests is outside the specified limits on any individual sieve by more than 5% when gradation requirements are shown on the plans. 3.6.3. Density Tolerances. Ensure no more than one of the five most recent density tests for compaction work is outside the specified density limits and no test is outside the limits by more than 3 pcf. 3.6.4. Plasticity Tolerances. Ensure no more than one of the five most recent PI tests for material is outside the specified limit by more than 2 points. 4. MEASUREMENT Shrinkage or swell factors are the Contractor's responsibility. When shown on the plans, factors are for informational purposes only. Measurement of retaining wall backfill in embankment areas will be paid for as embankment unless otherwise shown on the plans. Limits of measurement for embankment in retaining wall areas are shown on the plans. Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows. 4.1. Final. The cubic yard will be measured in its final position using the average end area method or as shown on the plans. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with Item 160, "Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 4.2. Original. The cubic yard will be measured in its original and natural position using the average end area method or as shown on the plans. 4.3. Vehicle. The cubic yard will be measured in vehicles at the point of delivery. TliG TXDOT ITEM 132 -4 OF 6 EMBANKMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Embankment (Final)," "Embankment(Original)," or"Embankment (Vehicle)" of the compaction method and type specified. This price is full compensation for furnishing embankment; hauling; placing, compacting, finishing, and reworking; disposal of waste material; and equipment, labor, tools, and incidentals. When proof rolling is directed, it will be paid for in accordance with Item 216. All sprinkling and rolling, except proof rolling, will not be paid for directly, but will be subsidiary to this Item, unless otherwise shown on the plans. In fill sections, excavation and replacement of unsuitable material below existing elevations will be performed and paid for in conformance with the applicable bid items. However, if Item 110, "Excavation," is not included in the Contract, payment for replacement of unsuitable material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." When rework, removal, or scarification is required for existing pavement structure that will remain, it will be measured and paid for as shown on the plans for the appropriate type. TXDOT ITEM 132 - 5 OF 6 EMBANKMENT Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TI TXDOT ITEM 132 - 6 OF 6 EMBANKMENT Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 247 Flexible Base 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements shown in Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. Unless otherwise shown on the plans, the unconfined compressive strength is waived when the flexible base material meets the#200 sieve requirement. When the#200 sieve requirement does not meet the specification in Table 1, the unconfined compressive strength is required. Table 1 Material Requirements Property Test Grade Grade 3 Grade Grade 5 Method 1-23 4 Master gradation sieve size (cumulative % retained) 2-1/2" 0 0 0 1-3/4" Tex-110-E 0-10 0-10 0-5 7/8" 10-35 — 10-35 3/8" 30-65 — 35-65 #4 45-75 45-75 45-75 As #40 65-90 50-85 shown 70-90 #2001'2 85-95 — on the Liquid limit, % Max Tex-104- 40 40 plans 35 E Plasticity index, Max 10 12 10 Tex-106- As As shown As shown Plasticity index, Min E shown on the on the plans on the plans plans Wet ball mill, % Max 40 — 40 TXDOT ITEM 247- 1 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Wet ball mill, % Max increase Tex-116- 20 — 20 passing the#40 sieve E Min compressive strength2, psi lateral pressure 0 psi Tex-117- 35 — — lateral pressure 3 psi E — — 90 lateral pressure 15 psi 175 — 175 1. The#200 sieve test is only required to meet the waiver of the unconfined compressive strength requirement. The#200 sieve test requirement is only applicable to stockpile samples from Section 247.2.4. 2. Compressive strength and #200 sieve test requirements are waived when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, unless otherwise shown on the plans. 3. Grade 3 may be substituted for Grade 1-2 or Grade 5 when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, as approved. The Grade 3 flexible base must meet the wet ball mill requirements of Grade 1-2 or Grade 5 as applicable. 2.1.1. Material Tolerances. The Engineer may accept material if no more than one of the five most recent gradation tests has an individual sieve outside the specified limits of the gradation. This allowance does not apply to the#200 sieve requirement. The Engineer may accept material if no more than one of the five most recent liquid limit or plasticity index tests is outside the specified limit. No single failing liquid limit or plasticity index test may exceed the allowable limit by more than 2 percentage points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type shown on the plans in accordance with the following. 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of two or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with two or more crushed faces as determined in accordance with Tex-460-A, Part I. Blending of two or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements of Section 247.2.1.2.6., "Recycled Material," and be managed in a Tea TXDOT ITEM 247-2 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II &Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 way to provide for uniform quality. The Engineer may require separate dedicated stockpiles to verify compliance. 2.1.2.5. Type E. Caliche, iron ore, or as otherwise shown on the plans. 2.1.2.6. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend two or more sources of recycled materials. When RAP is allowed, do not exceed 20% RAP by weight, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. Certify compliance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines." In addition, recycled materials must be free of reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. The liquid limit, plasticity index, wet ball mill, and compressive strength for all recycled materials are waived. When using RAP, crush RAP so that 100% passes the 2-in. sieve and does not exceed a maximum percent loss from decantation of 5.0%when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. The final product must meet the requirements shown in Table 1 for the grade specified except when the Department requires a specific amount of Department-furnished RAP be added to the blend, unless otherwise shown on the plans. The Contractor is responsible for uniformly blending the recycled material with the flexible base material to build a stockpile to meet the percentages required. Any Contractor-furnished surplus of recycled materials will remain the property of the Contractor. Remove Contractor-owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 2.4. Stockpile Approval. Stockpile is approved when the Engineer's test results meet the material requirements shown in Table 1. 2.4.1. Sampling. The Contractor and the Engineer will sample flexible base from completed stockpiles in accordance with Tex-100-E. Personnel conducting sampling must be certified by the Department-approved soils and base certification program. �., TXDOT ITEM 247- 3 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Sampling stockpiles may be located at the production site or at the project location. The Contractor will witness the Engineer's sampling and sample the stockpile for their own testing, and label as deemed necessary. Sample the stockpile for the Engineer when shown on the plans. When the Contractor samples the stockpile for the Engineer, the Engineer must witness the sampling of material designated for the Engineer and the Materials and Tests Division (MTD). The Engineer will label their sampling containers as "Engineer" and "MTD," or as deemed necessary. The Engineer will take immediate possession of the sample containers for the Engineer and MTD. The Engineer will maintain custody of the samples until all testing and reporting are completed. 2.4.2. Referee Testing. Referee testing is applicable for stockpile testing only. MTD is the referee laboratory. MTD may designate a laboratory from the Department's MPL for Commercial Laboratories Approved for Flexible Base Referee Requests as the referee laboratory as deemed necessary. The designated laboratory cannot be performing any testing under this Item for the Engineer or Contractor. The Contractor may request referee testing when the Engineer's test results fail to meet any of the material requirements shown in Table 1 and the Contractor's sample from Section 2.4.1., "Sampling," for the same failing Department test, passes. The tests must be performed by a laboratory listed on the Department's MPL for Commercial Laboratories Approved for Flexible Base Referee Requests. Submit the request by email within 5 working days after receiving failing test results from the Engineer. Include completed test reports passing the applicable requirements shown in Table 1 in the email. Record and submit completed test reports electronically on Department-provided templates in their original format meeting the applicable material requirements shown in Table 1. Use Department-provided templates to record and calculate all test data. The Engineer and the Contractor will provide any available test results to the other party when requested. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Rollers. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. Inertial Profiler. When ride quality measurement is required, provide a high- speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. WIG TXDOT ITEM 247 -4 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile in accordance with Section 247.2.4., "Stockpile Approval," loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery, unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in conformance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. Proof roll the roadbed in accordance with Item 216 before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer using an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed at no additional expense to the Department City. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring TSG TXDOT ITEM 247- 5 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Maintain moisture during compaction within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternating trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the gepaFtmeRt City. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll using approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density and Moisture Control. Compact to a minimum of 100% of the maximum dry density and within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E, unless otherwise shown on the plans. Provide the Engineer with the beginning and ending station numbers of the area completed for testing. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E, Part I. The Engineer will determine random locations for testing in accordance with Tex-115-E, Part IV. Do not achieve density by drying the material after compaction. When the density is less than 100% of the maximum dry density, the Engineer may perform additional testing to determine the extent of the area to correct. The Engineer may accept the section if no more than one of the five most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.3.3. Miscellaneous and Small Areas. Miscellaneous areas are those that typically involve handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level-up areas, and other similar areas. Miscellaneous and small areas are not subject to density testing but may be tested as directed. 7r+ TXDOT ITEM 247-6 OF 10 11" FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H O Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4.4. Finishing. After completing compaction, clip, skin, or tight-blade the surface using a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling using a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 1/4 in. in 16 ft. measured longitudinally. Correct grade deviations greater than 1/4 in. over the entire width of the cross- section in areas where surfacing is to be placed. Correct by loosening and adding or removing material. Reshape and recompact in accordance with Section 247.4.3., "Compaction." 4.5, Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 4.6. Ride Quality. Measurement of ride quality only applies to the final travel lanes that receive a one- or two-course surface treatment for the final riding surface, unless otherwise shown on the plans. Measure the ride quality of the base course either before or after the application of the prime coat, as directed, and before placement of the surface treatment. Use a certified profiler operator listed on the Department's MPL. When requested, furnish the Engineer with documentation for the person certified to operate the profiler. Provide all profile data to the Engineer in electronic data files within 3 days of measuring the ride quality using the format specified in Tex-1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi. sections with an average international roughness index (IRI) value greater than 100 in. per mile to an IRI value of 100 in. per mile or less, unless otherwise shown on the plans. Reprofile and correct sections that fail to maintain ride quality before the placement of the surface treatment, as directed. Unless ride deterioration is due to environmental impact, traffic, or other incidents outside the Contractor's control, perform this work at no additional expense to the Department City, as approved. 5. MEASUREMENT Flexible base will be measured as follows. • Flexible Base (Complete in Place). The ton, square yard, or any cubic yard method. • Flexible Base (Roadway Delivery\ The ten e u bic y and method • Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. TIG TXDOT ITEM 247 - 7 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & III at 101 H O Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position, by the method of average end areas, or as shown on the plans. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted the lines, grades, and slopes of the accepted base course, or as shown on the plans, 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base, or as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the grooms weight of the material. The Engineer will determine the from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at an approved location. Scales must meet the requirements of Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for the types of work described below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly, but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or.directed it will he paid for in accordance with Item 21 R Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed TEG TXDOT ITEM 247- 8 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 under this Contract, correction of soft spots in the subgrade will be paid in conformance with pertinent Items or in accordance with Article 4.4., "Changes in the Work." 6.1. Flexible Base (Complete in Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for mood irement loadinn ha ilinn delivery of materials furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area temporary or permanent stockpilinn istance provider! in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and m en+ labor tools nd incidentals TIO TXDOT ITEM 247 - 9 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TIG TXDOT ITEM 247- 10 OF 10 FLEXIBLE BASE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 360 Reinforced Concrete Pavement 1. DESCRIPTION Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 2. MATERIALS Use materials from non-listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. 2.1. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi at 7 days or a minimum average compressive strength of 4,000 psi at 28 days. Test in accordance with Tex-418-A. Obtain written approval if the concrete mix design exceeds 520 lb. per cubic yard of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a rated coefficient of thermal expansion not more than 5.5 x 10-6 in./in./°F as listed in accordance with the Concrete Rated Source Quality Catalog. Provide Class High Early Strength (HES) concrete designed to meet a minimum average compressive strength of 3,200 psi at 24 hr., for early opening of small pavement areas or leave-outs to traffic when shown on the plans or allowed. When opening of small pavement areas or leave-outs to traffic is less than 24 hr., design Class HES concrete to achieve a minimum average compressive strength of 1,800 psi at 8 hr. 2.2. Reinforcing Steel. Provide Grade 60 or above deformed steel for bar reinforcement in accordance with Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide dowel bars for concrete pavements in accordance with DMS- 7325, "Dowel Bars for Concrete Pavements" and the MPL for"Dowel Bars for Concrete Pavements." Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. TXDOT ITEM 360- 1 OF 16 • "' REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II &III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple-piece tie bars that have been prequalified in accordance with DMS-4515, "Multiple Piece Tie Bars for Concrete Pavement,"when used. Multiple-piece tie bars used on individual projects must be sampled in accordance with Tex-711-I, and tested in accordance with Tex- 712-I. 2.3. Curing Materials. Provide Type 2 membrane curing compound in accordance with DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide asphaltic curing materials in accordance with Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete, unless otherwise shown on the plans or approved. Provide materials for other methods of curing in accordance with Item 422, "Concrete Superstructures." When required, provide insulating blankets with a minimum thermal resistance (R) rating of 0.5 degree Fahrenheit square-foot per British Thermal Unit. Use insulating blankets that are free of tears and are in good condition. 2.4. Epoxy. Provide Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.5. Evaporation Retardant. Provide evaporation retardant in accordance with DMS-4650. 2.6. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint sealant materials and fillers unless otherwise shown on the plans or approved, and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 2.7. Repair Materials. Provide concrete repair materials in accordance with DMS- 4655, "Concrete Repair Materials," or DMS-6170, "Polymeric Materials for Patching Spalls in Concrete Pavement." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment in accordance with Item 421. Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an automatic grade control system on slip-forming equipment. Provide mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. TitCS TXDOT ITEM 360-2 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II &Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 When using stringless paving equipment, use in accordance with Section 5.9.3., "Method C," and establish control points at maximum intervals of 500 ft. Use these control points as reference to perform the work. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in conformance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free of detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide bulkhead forms of sufficient cross-section, strength, and rigidity to support reinforcing steel and maintain alignment during concrete placement operations. 3.3. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 3.4. Single-Piece Tie-Bar Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment as shown on the plans. 3.5. Texturing Equipment. 3.5.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. 3.5.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1/32 in. thick by 1/12 in. wide. Provide tines for longitudinal tining equipment spaced at approximately 3/4 in., TXDOT ITEM 360- 3 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II &Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 center-to-center, or provide tines for transverse tining equipment spaced at approximately 1 in., center-to-center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and emergencies due to equipment breakdown. 3.6. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas, on narrow width sections, or in emergencies due to equipment breakdown. 3.7. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. 3.8. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 3.9. Testing Equipment. Provide testing equipment in accordance with Item 421, unless otherwise shown on the plans or specified. Maintain and calibrate all Contractor-supplied testing equipment in conformance with pertinent test methods. Provide calibration records of strength-testing equipment to the Engineer within 1 week after each calibration. 3.10. Coring Equipment. Provide coring equipment capable of extracting cores in accordance with Tex-424-A when required. 3.11. Miscellaneous Equipment. Furnish 10-ft. and 15-ft. steel or magnesium long- handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformance with the required section and established grade until the pavement concrete is placed. Dampen subgrade or base with water before placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. T G TXDOT ITEM 360-4 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4.1. Paving and Quality Control (QC) Plan. Submit a paving and QC plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, contractor QC testing, testing for opening to traffic, construction methods, other details, and description of all equipment. List certified personnel performing contractor QC testing and testing for opening to traffic. Submit revisions to the paving and QC plan for approval. 4.2. Placing Reinforcing Steel for Continuously Reinforced Concrete Pavements. Accurately place and secure in position all reinforcing steel as shown on the plans. Provide chairs in sufficient number to adequately support the reinforcing steel at the proper height as show on the plans. Secure reinforcing steel at alternate intersections with tie wires. Reinforcing steel intersections may be secured with locking support chairs instead of tie wires. Anchor pins used to prevent the reinforcing steel from shifting may remain in the final pavement. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is spliced in any given 12-ft. width and 2-ft. length of the pavement. Tie all splices with tie wires. 4.3. Joints. Install formed joints as shown on the plans. Install transverse bulkhead forms to support extending reinforcing steel, shaped accurately to the cross- section of the pavement when placing of concrete is stopped. 4.3.1. Placing Reinforcement at Joints. Install reinforcing steel at transverse construction joints as shown on the plans. Use multiple-piece tie bars, drilled and epoxy-grouted tie bars, or mechanically inserted single-piece tie bars at longitudinal construction joints. Discontinue the use of mechanically inserted single-piece tie bars if this method results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. For drilled and epoxy-grouted tie bars, drill holes into the existing concrete at least 10 in. deep unless otherwise directed. Use a drill bit with a diameter that is 1/8 in. greater than that of tie bars. Clean the holes using a wire brush and compressed air to remove all the dust and moisture. Only cartridge or machine applicator epoxies are allowed. Follow the epoxy manufacturer's instructions to apply the epoxy. Insert the tip of the epoxy cartridge or the tip of the machine applicator to the end of the tie bar hole, and inject Type III, Class C, epoxy to fill the hole with the amount of epoxy recommended by the manufacture for the size of bar and depth of hole. Insert tie bars. 4.3.2. Testing of Tie Bars. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to at least 3/4 of the yield strength of the reinforcing steel. Test pullout resistance of mechanically inserted tie bars when the concrete pavement is at least 7 days old. Test pullout resistance of epoxy-grouted bars ��� TXDOT ITEM 360- 5 OF 16 I S REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 after the epoxy manufacturer's recommended final cure time. Test 15 bars in accordance with ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.3. Testing of Epoxy-Grouted Longitudinal Bars in Continuously Reinforced Concrete Pavements. When longitudinal reinforcing steel is drilled and epoxy- grouted in existing pavement, test each bar in accordance with ASTM E488, except that alternate approved equipment may be used. All bars must develop a pullout resistance equal to at least 3/4 of the yield strength of the steel. Test pullout resistance after the epoxy manufacturer's recommended final cure time. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.4. Transverse Construction Joints for Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid-slab construction joints. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. For dowels used in a contraction joint, coat the entire length of the dowels with a thin film of grease, wax, silicone, or other approved de-bonding material. For dowels used in an expansion joint, coat half the length with a thin film of grease, wax, silicone, or other approved de-bonding material; provide dowel caps on the coated half of each dowel bar. 4.4. Curb Joints. Construct curb joints in accordance with Item 529. 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if TXDOT ITEM 360-6 OF 16 i" REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing side forms and bulkhead forms. Repair damage resulting from form removal with an approved repair material within 24 hr. after form removal unless otherwise approved. Chip excessively honeycombed areas to sound concrete, and repair with an approved repair material within 24 hr. after form removal unless otherwise approved. Clean joint face within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same depth as the pavement but within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base are supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment in accordance with Item 421. Place non-agitated concrete within 45 min. after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete using approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not accessible to the machine- mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Curbs will be in accordance with Item 529. 4.7.3. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex-422-A, at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found TXDOT ITEM 360 - 7 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling, unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. 4.8. Spreading and Finishing. Finish all concrete pavement using approved self- propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off screed, or approved alternate equipment to strike-off the surface of the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks using a minimum 10-ft. long straightedge on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in accordance with Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, or the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attained its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent grout from plugging the carpet. Do not perform carpet dragging operations while there is excessive bleed water. A metal-tine texture finish is required unless otherwise shown on the plans. Provide longitudinal tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat of evaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, Tea TXDOT ITEM 360- 8 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 small or irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex-436-i, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro-texture is achieved by applying enough weight to the carpet and by keeping grout from plugging the carpet. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying in accordance with Section 360.4.8.2., "Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422 may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with two coats of membrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing and texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage from cracking. Time the application of curing compound to prevent plastic shrinkage from cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the TXDOT ITEM 360- 9 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 sq. ft.- 180 sq. ft. per gallon when an asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain asphalt emulsions in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," or wet mat curing in accordance with Section 422.4.8., "Final Curing,"for all Class HES concrete. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement, regardless of time of day or weather conditions. Some minor raveling of the saw-cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. The Engineer will evaluate the cause of the uncontrolled cracking and direct any necessary repairs. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. The Engineer will check the depth of saw cuts in accordance with Tex-423-A within 24 hrs. after saw-cutting or before joints are sealed, whichever is sooner. Frequency of checks will be as follows: • every 500 ft. or fraction thereof for all longitudinal contraction joints, and • 10% of transverse contraction joints in CPCD for each daily placement. Resaw contraction joints that are deficient in depth by more than 1/4 in. from plan depth within 24 hr. of depth checks. 4.11. Cleaning and Sealing Joints. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. 4.12. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only, but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. TPG TXDOT ITEM 360- 10 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 4.13. Opening to Traffic. Testing for opening pavement to traffic is the responsibility of the Contractor unless otherwise shown on the plans or as directed. Before opening pavement to traffic: • provide test results to the Engineer for review, if necessary, • clean pavement, • place stable material against pavement edges, • seal joints, and • perform all other traffic-safety related work. 4.13.1. Opening Pavement to All Traffic. Pavements can be open to all traffic: • when the pavement is 7 days old, • when 3-day curing is complete and the concrete has attained a compressive strength of 3,200 psi, • after 24 hr. and the concrete has attained a compressive strength of 3,200 psi when Class HES concrete is used, or • after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi when Class HES concrete is used. 4.13.2. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and has attained a compressive strength of 3,200 psi. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.13.3. Maturity Method. Maturity method, in accordance with Tex-426-A, may be used to estimate concrete strength for opening pavement to traffic. Install at least two maturity sensors for each day's placement in areas where the maturity method will be used for opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated. The Engineer will test specimens to verify the strength-maturity relationship in accordance with Tex-426-A. The strength-maturity relationship will be verified at least every 10 days of production after the first day. Establish a new strength- maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. TXDOT ITEM 360- 11 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.13.4. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old, when directed in writing. 4.14. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows. 4.14.1. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled in accordance with Tex-407-A. 4.14.2. Testing Concrete. The Engineer will test the fresh and hardened concrete in accordance with the following methods: • Slump. Tex-415-A, only for formed concrete pavement placements; • Air Content. Tex-414-A or Tex-416-A, only when air-entrained concrete is shown on the plans; • Temperature. Tex-422-A; • Making and Curing Strength Specimens. Tex-447-A; • Compressive Strength. Tex-418-A; and • Maturity. Tex-426-A. Maturity specimens will be made only when maturity method is used or shown on the plans. Concrete with slump less than minimum required after all addition of water withheld will be rejected, unless otherwise allowed by the Engineer. Concrete with slump exceeding maximum allowed may be used at the Contractor's option. If used, Engineer will make, test, and evaluate strength specimens in accordance with Section 360.4.15., "Acceptance of Concrete Pavement." Acceptance of concrete not meeting air content or temperature requirements will be determined by Engineer. Fresh concrete exhibiting segregation and excessive bleeding will be rejected. 4.14.2.1. Strength Specimen Handling. After strength test specimens are molded, protect and cure in conformance with pertinent test methods. When necessary, deliver Contractor-molded specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. The Engineer will deliver Department-molded specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. 4.15. Acceptance of Concrete Pavement. The Engineer will determine pay adjustments for deficient pavement thickness within 14 days after concrete pavement has been cored. The Engineer will determine structural adequacy of low concrete strengths within 7 days after design strength specimens or cores, if taken, are tested. 1G TXDOT ITEM 360- 12 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4.15.1. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform one thickness test consisting of one reading at approximately the center of the paving equipment every 500 ft. or fraction thereof. Core where directed, in accordance with Tex-424-A, to verify deficiencies. Do not core until pavement is at least 7 days old or has achieved design strength. Fill core holes using an approved concrete mixture and method. 4.15.1.1. Assessing Payment Adjustments. Limits for applying a payment adjustment for deficient pavement thickness are 500 ft. units of pavement in each lane. Lane width will be as shown on typical sections and in conformance with pavement design standards. The limits for retaining deficient pavement without compensation or removing and replacing without additional compensation will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the 500-ft. unit allowed for pay adjustment will be subject to the payment adjustment based on the average core thickness deficiency at each end of the 10-ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Shoulders less than 6 ft. wide and placed separately from the adjacent lane will be considered as a lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500-ft. units. Areas less than 500-ft. units will be individually evaluated for payment adjustment based on the plan area. 4.15.1.2. Verification of Thickness Deficiencies. When any fresh depth test measured in accordance with Tex-423-A is deficient by more than 0.50 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. When determining the average thickness deficiency for assessing a pay adjustment other than retaining pavement without compensation or remove and replace as shown in Table 1, take at least two additional cores from the unit, in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments," equidistantly spaced from the first core in each direction if the first core is deficient by more than 0.50 in. from the plan thickness. Measure the length of cores in accordance with Tex-424-A. Determine the average thickness by averaging the lengths of the cores. Subtract the calculated average thickness from the plan thickness to determine the average thickness deficiency. In calculations of the average thickness, measurements exceeding the plan thickness by more than 0.2 in. will be considered as the plan thickness plus 0.2 in. TXDOT ITEM 360- 13 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 When determining the limits for retaining the deficient pavement without compensation or remove and replace without additional compensation, take additional cores at 10-ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area if the first core length deficiency is more than 1.00 in. for pavements less than 11 in. thick or more than 1.50 in. for pavements 11 in. or thicker. Continue taking cores at 10-ft. intervals until the core length deficiency is less than 1.00 in. for pavements less than 11 in. thick or less than 1.50 in. for pavements 11 in. or thicker. 4.15.2. Strength of Concrete Pavement. The Engineer will accept concrete pavement meeting a compressive strength of 3,200 psi at 7 days or meeting a compressive strength of 4,000 psi at 28 days for Class P concrete. Concrete strength testing may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. The Engineer will accept concrete pavement using Class HES concrete based on the required strength and time. Investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause when a concrete strength test value is more than 10% below the required strength or when three consecutive strength values fall below the required strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low-strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any strength is more than 15% below the required strength. Remove and replace pavements found to be structurally inadequate at no additional cost when directed. 4.15.3. Ride Quality. Measure and correct ride quality in accordance with Item 585, unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows. 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will Trkg TXDOT ITEM 360- 14 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 be paid for at the unit price bid for"Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness, payment will be made usingthe adjustment factor in p y 1 accordance with Table 1 applied to the bid price for the deficient area for each unit in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments." When pavement thickness investigation (coring) is conducted for three consecutive placements, remove and replace without additional compensation all pavement placed during these days if the average thickness deficiency from all cores taken from these consecutive placements is greater than 0.25 in. Table 1 Deficient Thickness Price Adjustment Factor Proportional Part of Deficiency in Thickness Contract Price Allowed Determined by Cores (in.) (Adjustment Factor)for Thickness <11 inches Not deficient 1.00 Over 0.00 through 0.50 1.00 Over 0.50 through 0.75 0.80 Over 0.75 through 1.00 0.60 Retain pavement without Over 1.00 through 1.25 compensation or Remove and Replace Over 1.25 Remove and Replace Proportional Part of Deficiency in Thickness Contract Price Allowed Determined by Cores (in.) (Adjustment Factor)for Thickness >_11 inches Not deficient 1.00 Over 0.00 through 0.50 1.00 Over 0.50 through 0.75 0.90 Over 0.75 through 1.00 0.80 Over 1.00 through 1.50 0.60 Retain pavement without Over 1.50 through 2.00 compensation or Remove and replace Over 2.00 Remove and replace 6.3. Curb. All curbs will be paid for under Item 529. TXDOT ITEM 360- 15 OF 16 • REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TXDOT ITEM 360- 16 OF 16 REINFORCED CONCRETE PAVEMENT Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 464 REINFORCED CONCRETE PIPE 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1. Fabrication. Multi-project fabrication plants, as defined in DMS-7305, "Fabrication and Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Drainage Structures," must be approved by the Materials and Tests Division in accordance with DMS-7305 before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL includes approved multi-project reinforced concrete pipe fabrication plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS- 7305. 2.2. Design. 2.2.1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 &ASTM C655 Class D-Load 1 800 I I 1,000 III 1,350 IV 2,000 V 3,000 TXDOT ITEM 464- 1 OF 8 KAaic _ c REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Table 2 Arch Pipe Design Equivalent Rise Span Size Diameter(in.) (in.) (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 30 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 Table-3 Design Equivalent Rise Span Sias Diameter--(in,) 4444 4 48 44 23 2 24 49 39 3 22 22 34 4 30 24 38 & 33 22 42 b 36 29 45 2 39 32 49 8 42 34 53 9 48 38 b9 49 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling installation methods, anticipated deflection angles, and jacking strc:..cs. Provide design notes and drawings signed and sealed by a Texas licensed professional encgineerwheflTccoesested Pre iirlo steel reinforcement in Fell anal s nt 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information in accordance with DMS-7305: • class or D-load of pipe, • ASTM designation, • date of manufacture, • pipe size, 4 • name or trademark of fabricator and plant location, • designation "TX" for precast units fabricated in accordance with DMS-7305, I TXDOT ITEM 464-2 OF 8 TV REINFORCED CONCRETE PIPE 4 4 Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 •designated fabricator's approval stamp for each approved unit, • pipe to be used for jacking and boring (when applicable), and • designation "SR" for pipe meeting sulfate-resistant concrete plan requirements (when applicable). Clearly mark one end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual sections of pipe may be rejected for any of the conditions stated in the DMS-7305 Annex. 2,6. Repairs. Make repairs, if necessary, in accordance with the DMS-7305 Annex. 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold-Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. Table 4 Cold-Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%—% volatiles—% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and TG TXDOT ITEM 464-3 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 permissible variations in dimensions. 2.7.4. Pre-Formed Flexible Joint Sealants. Pre-formed flexible joint sealants may be used for sealing joints of tongue-and-groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross-section. Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth-moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department (City). 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell-and-spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re-lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on the plans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. TiG TXDOT ITEM 464-4 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Table 5 Minimum Clear Distance between Pipes Equivalent Min Clear Diameter Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. The engineer may reject pipes and culverts not meeting tolerances. When pipes and culverts are rejected by the engineer due to non-conforming tolerances, the contractor shall remove the deficient pipes and culverts and reinstall to the correct alignment and profile grade at no cost to the owner. Use the tolerances for laying pipe and culverts shown in Table 6. Table 6 Tolerances for laying pipe and culverts Alignment and Profile Grade Design Grade Tolerances Alignment Profile Grade(a) Greater than 1% Max 1"from true 1/2 inch in 10 feet line 0.5% to 1% Max 1"from true 1/4 inch in 10 feet line Less than 0.5% Max 1"from true 1/4 inch in 100 line feet Notes: (a) Grade shall not result in a level or reverse slope invert. Standing water is evidence of non-compliance. (b) For Culverts increase tolerances by 50%. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper"for conveyance through small-size pipe structures. 3.3.1, Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirements of ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outside the pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue-and-groove joints outside the pipe, extending at least 1 in. on each side of the joint. Form the mortar for bell-and-spigot joints to a 45° fillet between the outer edge of the bell TXDOT ITEM 464- 5 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes, with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold-Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre-Formed Flexible Joint Sealants. Install pre-formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre-formed flexible joint sealants in an area warmed naturally or artificially to above 70°F in an approved manner when the atmospheric temperature is below 60°F. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. TXDOT ITEM 464-6 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & III at 101 H O Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment."Pipe that will be jacked, bored, or tunneled will be measured in accordancc with Item 176, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes,junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-Ioad specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be considered subsidiary to this Item, unless otherwise shown on the plans measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, with Item 400. When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring, or tunneling is required, payment will be made under Item 476. TXDOT ITEM 464- 7 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 THIS PAGE INTENTIONALLY LEFT BLANK TXDOT ITEM 464- 8 OF 8 REINFORCED CONCRETE PIPE Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 506 Temporary Erosion, Sedimentation, and Environmental Controls 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. 2. MATERIALS Furnish materials in accordance with the following: • Item 161, "Compost," • 4-tem 132, "Riprap," and • Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cl anliness, and resistance to crumbling, flaking, and eroding. Provide the following: T pes � 7 nd A Ronk Filter flame I Ice 3 to 6 ate • Type 3 Rock Filter Dams. Use'1 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized-wire for the steel wire mesh and tie wires for Types 2 and 3 r ek filter dame Type 4 dam e • a double twisted, hexagonal w ave with a nominal mesh opening of 2 1/2 Y 3 1/4 in.; • minimum 0.0-866 in. steel wire for netting; • minim-um 0.1-063 i4a. steel wire for selvages and corners; and • minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. TO TXDOT ITEM 506- 1 OF 16 TEMPORARY EROSION, SEDIMENTATION; AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride Recycled and other materials meeting these requirements are allowed if approved, Furnish concrete in accordance with Item 432. 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non erodible material that conforms to the plans. Provide rock o bbl ith im el m + f 6 d I ffor the construction of energy dissipaters. 2.4. Construction Exits. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. Provide materials that meet the details shown on the plans and this Section. 2.1.1. Rock Construction Exit. Provide crushed aggregate for long and short term cconstrruccttion exitcTts. Fur ish a9g egates that are clean hard durable ^ ree- ,from ah nt coat g ^cr'i as sal+ aln—c tali, d�c-clay,loam, shale, m +rciiai1o, anw vi d ganic and injurious matter la ^se to si in aggregate for T„pe 1 n Use 2 to A i gregate for Tyne 9 2.1.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise hog n, on th plans or allowed Pro„ide pI vood pressed wafer board at least 1/2 in. thick for short term exits. 2.1.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2 : Pipe. Provide pipe outlet material in accordance with Item 556, "Pipe Underdrains," and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnishssoft-wood posts with a minimum diameter of 3 in , use nominal 2 v it h d C h ha d d osts . ith a rocs section of 1_1/2 x 1 1/5 in. Furnish T or L shaped steel posts with ght of 1 25 lh t. 2.7.2. Fence. Provide orange construction fencing as approved. 2 7-3 Fence ::sire Provided-4 gauge er larger galvanized smooth er twisted wire TXDOT ITEM 506- 2 OF 16 TEMPORARY EROSION, SEDIMENTATION. AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Provide 16 gauge or larger tie wire. 2.7.^.Flagging. Provide brightly colored flagging that is fade resistant and at least 3/1 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. Sieve Size #4 uni_-3% #a-99 minimum_$0% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net-reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/2 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. TXDOT ITEM 506- 3 OF 16 4 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161. 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for managing environmental compliance. The CRPE will implement stormwater and erosion control practices, oversee and observe stormwater control measure monitoring and management, oversee environmental compliance requirements, and monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES CGP TXR150000. Take required training in accordance with Section 7.7.4.4, "Training." Maintain daily monitor reports and make them available within 24 hr. upon request. During time suspensions when work is not occurring or on Contract non-work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on how to improve the effectiveness of control measures. Attend the Department's City's preconstruction conference for the project. Ensure training is completed in accordance with Section 7.7.4.4., "Training," by all applicable personnel before employees work on the project. Document, maintain, and make available within 24 hr. of a request, a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and the date the employee completed the training. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent who is competent, has experience with and knowledge of TXDOT ITEM 506-4 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 stormwater management, and is knowledgeable of the requirements and the conditions of the TPDES CGP TXR150000. The superintendent will manage and oversee the day-to-day operations and activities at the project site, work with the CRPE to provide effective stormwater management at the project site, represent and act on behalf of the Contractor, and attend the Department's City's preconstruction conference for the project. Take training as required in Section 7.7.4.4., "Training." 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project-specific material supply plants within and outside of the Department's City's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project-related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor- proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. TXDOT ITEM 506- 5 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department City will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate TXDOT ITEM 506-6 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR 150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish-grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 41.1.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams Plao andbags a a fn ndation when r real or at the Contractor' Dla a the aggregate to the linos_ height and clones specified e rithor rt r rnd re void for Tines 'I 7 Z and � Dlace the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Pla crook fIt dams perppend n the r� f the t hannel unless �� ovrm�vrrcai'i�--vT�rtc+rrrrciZrr�icoo otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: �1.�.1.1. Type 1 (Non Reinforced). • Height. At least 1-84n. measured vertically from existing ground to top of filter dam. ■ Top Width. At least 2 ft. � Slopes No steeper than 2:� �1.�.1.2. Type 2 (Reinforced). ■ Height. At least 18 in. measured ve#ically from existing ground to top of filter dam. t Top Width At least 2 ft Slopes No steeper than 2:'I 41.1.1.3. Type 3 (Reinforced). Height At least 36 i rerl . ertically from a isting n nd to ton of filter dam. Ten Width et least 2 # • Slopes No steeper than 29 7r�„�_ TXDOT ITEM 506- 7 OF 16 ii" TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 4.4.l.4. T'ype 4(Sack Gabions). Unfold sack gabions and smooth out kinks and bends. spacing for vertical filling P ill the end lacing rod at one end i intil tight wrap pd the end nd twist A times Gill with stone at the filling end pi ill the rod tight c t the wire with a ximately 6 in remaining and t iist wires foi it times Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Liftand plane withoi it damaging th aabion Shane s ck gabions to evicting spRtpu-F s. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. 41/1.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8 in. lifts to the required elevati_ Hand tamp the th, t ce tion c�a�vtYS. SB er�t7C-ep�roc�cvgrrvrr to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points Secs ire the pipe with hold downs or hold down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432,when designated on the plans. 4.1.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed Provide excavation and embankment (incl iding compaction of the cubgrade)of material to the dimensions shown on the plans unless otherwise materials c cified above to a m depth of O in at the fly me o tlet to the limits shown on the plans or as directed. ill 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. Construct exits for either long or short term use. 4-4. 1. Long Term. Place the exit over a foundation course as required. Grade the exits to a sediment trap as shown on the plans or as directed. Construct exits the plans or as directed. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as TXDOT ITEM 506- 8 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 directed. 4.4.4.2. Short-Term. 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4-4-4--2-2 Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsitc areas. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.1.6. Construction Perimeter Fence. Construct, align nd locate fencing shown ^ the plans or as directed. 4.46.1. tallation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.�.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the groi end Attach the lower wire. midway between then nd and the top w 1 3. Flag Attachment. Attach flagging to both wire strands midway between each pest I Ise flagging at least 18 in lone Tie flagging to the w knot. 4:4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will .,temept sediment laden storm watery off from disturbed a eate a retention pond detain sediment and release water in sheet flow Fill e ch hag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 112 the length of the preceding row. Place a single layer of sandbags downstr TXDOT ITEM 506- 9 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment-Control Fence. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 x 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand-tamp. 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment-control fence include the following: • fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), • posts without bends, and • backing without holes. 4.4.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 4.1.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. TXDOT ITEM 506- 10 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Provide equipment with a track undercarriage capable of producing a linear soil im 'on m ring a imi im of 12 in long v 2 to A in wide ]L 1/2 to 2 in deep. Do not exceed 12 in. between track impresions. Install continuous linear track impressions where the 12 in length i pressions are perpendicular to the slope. Vertical tracking is required on projects wherc soil disturbing activities have occurred unless otherwise approved. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non-work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. MEASUREMENT 5.1. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5� 2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of overage end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 5.2. Temporacy Ripe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporaryy Raved Flumes. Temporary paved flumes will be measured by the £quare yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Contractors shall use FOD Trackout Control Mall to TXDOT ITEM 506- 11 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 control Debris and Mud from Construction Vehicles leaving the Project Site. -Genstruction exits-will be-measured by the are „ard „f s ,rfa a area FOD Trackout Control Matt will be measured by the lumpsum 5.5. Earthwork for Erosion and Sediment Control. .1 C ipment d I abor Measu emen4 Eq ipment and labor ed ill Lie measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.5.2. Volume Measurement. 5.5.2.1. In Place. 5.5.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: • the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and • the lines, grades and slopes of the accepted embankment for the feature. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under"Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 55. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 5.7. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment-Control Fence. Installation or removal of temporary sediment-control fence will be measured by the foot. 5.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but will be subsidiary to this Item. TXDOT ITEM 506 - 12 OF 16 TEMPORARY EROSION, SEDIMENTATION; AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: • erosion-control measures for Contractor project-specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); • removal of litter, unless a separate pay item is shown on the plans; • repair to devices and features damaged by Contractor operations; • added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; • removal and reinstallation of devices and features needed for the convenience of the Contractor; • finish grading and dressing upon removal of the device; and • minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Rock Filter Dams. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid as follows: 6 1.1. Ins allation. Ii stallation w+lt be poi-el for as "Rock Filter Dams (Install)" of the equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6-1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove #is price is full compensation for furnishing and operating equipment, proper di al labor materials tools n.d incidental When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for "Rock Filter Dams full compensation for furnishing and operating equipment, finish backfill and rr adi ' r no la r dienncb al lasr m aterialc tools and incidentalo 6.2. Temporary Ripe Slope Brains. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" willl be id f t the i init pric d for "To orari Pipe Slo a Drains" of the size specified. This price is full compensation for furnishing materials, removal TXDOT ITEM 506- 13 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 ent, labor, tools, and incidentals. drain installation or portions thereof be replaced, payment will be made at the unit price bid for "Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. the sedimen Sediment Control." -cd-o an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item '132, "Riprap." 6.3. Temporary Paved Flumes. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"T� pora Paved Flume `Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and `Temporary Paved Flume (Install)." These prices are full compensation for the removal and replacement of the paved flumo—and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 6:4, Construction Exits. Contractors shall use FOD Trackout Control Matt to control Debris and Mud from Construction Vehicles leaving the Project Site. Contractor required construction exits from off right of way locations or on right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. FOD Trackout Control Matt will be measured and paid by the lumpsum. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for "Construction Exits (Install)" of the type specified or °Construction Exits (Remove` " Thi prise is f ill compensation for f irnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for"Construction Exit TSG TXDOT ITEM 506- 14 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 are full compensation for the removal and replacement of the construction exit Construction of sediment traps used in conjunction with the construction exit will 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. Initial Earthwork for Erosion and Sediment Control. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for"Excavation (Erosion and Sediment Control, In Place)," "Embankment(Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Serdiment Control (In Vehicle\ " or"Earthwork {Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion-control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 65 2 (Maintenance Earthwork for Erosion and Sediment Control for Cleaning cgrm�vrrc-rv� crov�v�� aria vcar�r�c�rc vvrrcrvr rv� vrcv�ti�r9 nd Re toring Control Measures The a ork performed anrd materials furnished in accordance with this Item and measured as provided under "Measurement"will he paid „nder a Contractor Force Account Item from in provided to the Engineer. This price is f„ll compensation fore cayation embankment nd r raiding including removal of accumulated sediment in various erosion control installations as rdirected ha Minn anrd disposal of materiel not „soil elsewhere on the project; excavation for construction of erosion control features; embankments including furnishing material from approved sources and incidentals Earthwork needed to remove and obliterate erosion control features will not be paid for directly h,h is „bsi diary to pertinent Items , nless othepwiise Sprinklin nrd rolling required her this Item will not he pair) for rdirectly but will he subsidiary to this Item. 6.6. Construction Rerimeter Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence TXDOT ITEM 506- 15 OF 16 Trt TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 po • and flanging• removal and disposal; and materials equipmen4 labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof he removed and replaced ayment will he made at the unit price bid for"Construction Perimeter Fence," which is full compensation for the removal and reinstallatio of the stru ctio ete fence. 64 Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for"Sandbags for Erosion Control" (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals- Removal of sandbags will not be paid for directly but is subsidiary to the instal em. Wnen ttheEn neer--d eets-t at the s ndbag nstallation g "Sandbags for Erosion Control," which is full compensation for the reinstallation of the sandbags. 6.8. Temporary Sediment-Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid as follows: 6.8.1. Installation. Installation will be paid for as "Temporary Sediment-Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as "Temporary Sediment-Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.9. Biodegradable Erosion Control Logs. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid as follows: 6.9.1. Installation. Installation will be paid for as "Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.9.2. Removal. Removal will be paid for as "Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.10. Vertical Tracking Vertical tracking will not he measured or paid for directly but will he s bsidiary to this Item TXDOT ITEM 506 - 16 OF 16 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Driveway Reconstruction Phase II & III at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 TxDOT Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter 1. DESCRIPTION Construct hydraulic cement concrete curb, gutter, and combined curb and gutter. 2. MATERIALS Furnish materials conforming to: • Item 360, "Concrete Pavement" • Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcement for Concrete" Use Class A concrete or material specified on the plans. Use Grade 8 coarse aggregate for extruded Class A concrete. Use other grades if approved. When curbs are monolithically placed with the concrete pavements, use the same class of concrete as the concrete pavement. 1(1 Use of fibers in accordance with DMS-4550, "Fibers for Concrete,"to replace reinforcing steel in Class A concrete is allowed unless otherwise shown on the plans. Dose fibers in accordance with the Department's MPL of pre-qualified fibers for concrete. 3. CONSTRUCTION Provide finished work with a well-compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Mix, place, and cure concrete in accordance with Item 420, "Concrete Substructures." Construct joints at locations shown on the plans. Cure for at least 72 hr. Furnish and place reinforcing steel in accordance with Item 440, "Reinforcement for Concrete." Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any two contacts on a 10-ft. straightedge. 3.1. Conventionally Formed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. IgG TXDOT ITEM 529- 1 OF 3 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER Driveway Reconstruction Phase II & Ill at 101 H 0 Mills Blvd Maintenance Facility City of Port Arthur Contract No: 25-139 Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of one part hydraulic cement and two parts fine aggregate. Brush exposed surfaces to a uniform texture. Place curbs, gutters, and combined curb and gutters in 50-ft. maximum sections unless otherwise approved. 3.2. Extruded or Slipformed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete using approved self-propelled equipment. The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. Other methods may be used when approved. Finish surfaces immediately after extrusion or slipforming. 3.3. Curb Joints for Concrete Pavements. Provide transverse expansion and contraction joints in the curb of the same type and location as the adjacent or underlying pavement. Use expansion joint material of the same thickness and type required for the pavement. Extend expansion joints through the curb. Place reinforcing steel for non-monolithic curb construction joints as shown on the plans, unless otherwise approved. Form or saw the contraction joint through the full depth of the monolithic curb. 4. MEASUREMENT This Item will be measured by the foot. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Concrete Curb," "Concrete Curb (Mono)," or"Concrete Curb and Gutter" of the type specified. This price is full compensation for surface preparation of curb foundation, equipment, labor, materials, tools, and incidentals. TG TXDOT ITEM 529-2 OF 3 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER I SECTION E CITY OF PORT ARTHUR BID FORM TO: City of Port Arthur City Secretary 444 4th Street,4th Floor Port Arthur,Texas 77640 Or City of Port Arthur City Secretary P.O.BOX 1089 Port Arthur,Texas 77641 BID FOR: Driveway Reconstruction at 101 H 0 Mills Blvd Maintenance Facility Phase II&III The undersigned bidder hereby declares and represents that she/he: a) has carefully examined and understands the Bidding Documents,b)has not received,relied on,or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda,c)has personally inspected and is familiar with the project site,and hereby proposes to provide all labor,materials,tools, appliances and facilities as required to perform,in a workmanlike manner,all work and services for the construction and completion of the referenced project,all in strict accordance with the Bidding Documents prepared by: The Solco Group LLC and dated: August 15,2025 Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) no addenda TOTAL BASE BID: For all work required by the Bidding Documents(including any and all unit prices designated"Base Bid" the sum of: One Million One Hundred Fourteen Thousand Nine Hundred Thirty Nine Dollars and Twenty Cents Dollars($ 1,114,939.20 ) TOTAL DAYS TO COMPLETE: For all work required by the Bidding Documents. 90 Calendar Days NAME OF BIDDER: Construction Managers of Southeast Texas LLC ADDRESS OF BIDDER:5520 Gorman Road, Beaumont, TX 77705 TELEPHONE NO: 409-736-9010 FAX NO: TEXAS CONTRACTOR'S LICENSE NUMBER: n/a NAME OF AUTHORIZED SIGNATORY OF BIDDER: Bruce Reyes TITLE OF AUTHORIZED SIGNATORY OF BIDDER: CEO SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER: DATE: 9/10/2025 E I breyes@cmosetx.com THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS BID FORM: *The Unit Price Form shall be used if the contract includes unit prices.Otherwise,it is not required and need not be included with the form.The number of unit prices that may be included is not limited and additional sheets may be included if needed. BID SECURITY in the form of a bid bond,certified check or cashier's check attached to and made a part of this bid. _ _ r ;ram z � r ,, si - ., ,d 1 a . I „ f rer•g 1111 11A City of f ort rthur 1 exas ,., Construction Managers . of Southeast Texas, LLC CITY OF PORT ARTHUR RECONSTRUCTION AT 101 H 0 MILLS BLVD MAINTENANCE FACILITY PHASE II AND III (COPY) P25-078 SEPTEMBER 10th, 2025 @ 3:00PM CD 6R 64 6R EA 64 6A (A 6A 6R 6R 6A 6.4 6R 6A a) 0 CD w^ 0 10 !A el yr U cN0 11... '%"° _0 4-10 on ..... 6R EA EA 6R 6A 6R 6A 6R 6A 6R 6R EA 64 6A a) U - - O O\ Q-. o N cn N t- h 0. i+ M r- elC M CAO �p - N N N 18 a i 1 0 w V ° a s vv) v U (t v�i Q Q w w w g , w rsz a s - gel e W y r-+ U.,,�,/ § ". a CD I.ii 8 a .0 a) > E 11, in Ey oA a a. a V y ~ oo -0 3 °i W 7v u °> > .cc) oo `' a - i U L a � aa > w c C) .c.aa eD to 0 ; 'O E 'v°• 04 o0 CO a� o. .0 C a o ; Uw aw c a = X C _ U oi v o U " w CL) E C cRS i.. otg •3 ^C A U) U C7 E U J° • b Ca C� Y ,o C� ¢ 0 • W W >, s�. U ¢ a: .- a> a> o c `� 0 a' c c v a.3 =' o o c 0 .20 • • W �, O c v' E E .-. -0 c .) a- U o U -o -o .n au. s.. w a a) U) 0 to Ca -0 U c a ca U a. a> = t«. CO p p .. Rs 0 E" o " Z ai Z E i g :.c 4° w N ^ 0 0 ti a) QC▪Z 0 .°a o s= E ?� v U W °..° U az c OE m ,. ..r N •- N -- c... i " o 0 0 0 E c o M .1. 0 O\ 0. o N E . o 0 L Z Z & — -- * .-. N M ' "I' 7 vt V1 is Y 4. G E E- E- F. F E-� H E--' H E-. F- H E-• E- H 0 " s C 0 a.3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CA v a> x x x x x x x x x x x x x x A o vi a/ s I-- - F- F- F- E- E- F" F- E- F- E s oC U .Q E w al 44 a 0 es 0. 40 0 v? .1. GL 6 4.0 os 'Ur C o �, v A ? >� o . . . 4 ao - A =I . : LTh o Jon tYr _ • o o nC d- O `p -v c� "'ti Vt- `', 4'i " k`, ._, 'w1 •n %Cam. LIN 48 EA EA va EA 64 EA 6A 64 64 64 EA EA EA EA 6A E,4 64 V) *ON eNt CI ., J• •. . `"1 Ni--Q`'a` .....0 `1 - r6 `"5 tin Ct �' r,, o ^mod I Q,. .-1 rn d. �"� CC, n Cr-. '" ct`' C' EA 6A EA 48 64 E,4 6R EA 6A 64 EA 64 6A EA EA EA EA 6A ^ ^ N a, a O N CIO, "` N M 0000 — N O` ,n 00 Tr 'O en en V1 `7 • '.O M ee. N y 'l 00 sO O O eI — N N c ca 0' C J vA :J :.i v; v: w w • — t 0.0 go 'LS A. �- .G .E v q "-o oL .a > 'C.; v M c c U a •�' E E 5 rs ct Ln o O oo .a u v v > -c L .,i c 3 co a > > :o 1.5 CCAA -.--a U v _ 5 m c G v u ,A CI Z W W = ^ c c U a i o v v 0 v v oov O — —a L' c a a - E� �. O . ai F 0 O. s... a "; QO c p v v to • ^? C E- - c s o •a a c 'X X V c .Y ;� ,n 07 c b y .� U E U p- a, •u w W cea v o :. _ >, az GC RI cd M G , a. a. = L a cn- o° °a " ci J 0 v v -- v - v v w ••- p ,z . c v' E E -c c :� a. U L.) U b .0 Cr G.L.o a.) v v co v -v a v t Li a 6. GU v c� G4 c'') �.^ p v v ' 0 0v , cc - ` `° V a+v ul' 0 � � w - > > ob c o o > v' v'O ' ai 1a as , + v v 0 0 U L a. O ' " 2 t v0Oc -cv c 'cc 'cco E E ) EEE .Mw a as 3 E v v v v v ° v v v c c t4 f4 VD CA «� w ... 2 1 y tX C. ❑ CL c4 al f-- fk J :. r c - CE 0 P7 O — N fV N — N M Ci t' G Z co N V�' 1 O N S O 4 4 v-, ,6 .6 .6 .6 s6 O` d , O 4 E O O O O - t< �t .O '.O sO .O C� O0 O O O N t ] GQ� tr., kn — — — N Mr V' 7 <3' '' �' to In kr, . L 6� ��Tyy [—' E- H E— E- E-- E- E- E-- E-' ` E- E-- E- E- i-NO O -= .. 0 0 O 0 0 0 0 a a 0 O 0 0 0 Oa 0 5 0 V� ;0 . X X X X x X X X X x X X X X X X X X W c -c E- E- E- E- F E- E- H H H E- E- E- E- E- E- E^ A 4 • cri h. +- A ti ""' N r., -f v, ,O [- oc cT ,— N rt �> COoo C > en 'v SECTION F Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: /Yarn,legal status and address) (Mame,legal status and principal place rf business) Corporation Cor CMST, LLC D/B/A Construction Managers of Endurance Assurance p Southeast Texas, LLC 12890 Lebanon Road Mt.Juliet,TN 37122 This document has important 5520 Gorman Road legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged Beaumont,TX 77705 12890 Lebanon Road with respect to its completion or modification. OWNER: Mt.Juliet,TN 37122 (Name.legal status and address) Any singular reference to CITY OF PORT ARTHUR Contractor,Surety,Owner or other party shall be considered 444 4TH STREET,4th Floor plural where applicable. PORT ARTHUR,TX 77640 BOND AMOUNT: $Five Percent Of The Total Amount Bid(5%) PROJECT: (Name,location or address.and Project number.if auv) Reconstruction at 101 H 0 Mills Blvd Maintenance Facility Phase II and III—Project No. P25-078 The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind • themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt • payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of • this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pertilntt the work covered by said hid,then this obligation shall he null and void,otherwise to remain in lid)three and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time fbr acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent her an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the locution of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conlbrming to such statutory or other legal requirement shall he deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 10th day of September, 2025 CMST, LLC D/B/A Construction Managers of Southeast Texas, LLC (Principal) (Seal) (Witness) </ (Title) Endurance Assurance Corporation (Surely) (Baal) (Witness)Cherish McDaniel,Surety Witness (Till Iverson,Attorney-in-Foci S•0054/AS 8/10 Policyholder Notice TEXAS-IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 1-877-676-7575 You may write the Company at: Usted tambien puede escribir a: Endurance Assurance Corporation Endurance Assurance Corporation Attention:Surety Attention: Surety 1221 Avenue of the Americas,18th Floor 1221 Avenue of the Americas, 18th Floor New York, NY 10020 New York, NY 10020 You may contact the Texas Department of Puede communicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at: de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Puede escribir al Texas Department of Insurance Departamento de Seguros de Texas PO Box 149104 PO Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 FAX#(512)490-1007 FAX#(512) 475-1771 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtectiont tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo,debe comunicarse con la compania is not resolved,you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. SECTION G ( 1 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B 23: 84th Leg., Regular Session. OFflCE USE ONLY This questionnaire,s being filed in accordance wit"Chapter 176 Local Government Code by a vendor who Date RxaLsd has a business relaeonssitp as defined by Section 176 001(1-ai with a local governmental entity and the vendor meam requ.errents tinder Section 176 006a, By law rtvs questionnaire must be filed with the records adm;ristrator of the local goverivnentai entity tot'aler than the 71h business day after the date the vendor becomes aware of facts that require the statement to be filed See Section F76OO6(a-1;. Local Government Code A venda commits an offense If the vendor knowingly violates Section 176 006 Local Government Code An offense Jrde-is sec on is a misdemeanor IJ Name of vendor who has a business relationship with local governmental entity. None tJ nCheck this box if you are filing an update to a previously filed questionnaire.i The law requires that you file an updated completed questionnaire with the appropriate WIN au hori'y not later than the 7th business day alter the date on whict you became aware that the originally filed questionnaire was incomplete or inaccurate) J Name of local government officer about whom the information is being disclosed. None Name of Lfticer Describe each employment or other business relationship with the local government officer.or a family member of the officer.as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described Attach additional pages to this Form CIO as necessary A is the toca government officer or a family member of the officer receiving or likely to receive taxable ncoi^e other than investment income,from the vendor? IIYes No 8 is Me vendor receiving or likely to receive taxable ncorne other than investment income,from or at the direction of the local government officer or a family member of the after AND the taxable income is not received from the local governmental entity° niYes No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government office►serves as an officer or director o€ holds an } ownership interest of one percent or more. J fl Check this cox if the vendor has given the'fora government officer or a family member of the otticei one o;more gifts ( as described in Sect.on 176 0034}(21(8i, excluding gifts described in Section 176 003ta-1 i 9/10/2025 Mature of vendor Going business with the govenxi enter entry Date Form provided by Texas Ethics Commission www ethics state Tx us Revised 11302015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http:i.hvww.statutes.legis.state.tx.us/ Docs,LGihtm!LG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code§176.001(1-al:"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based or (A) a transaction that is subject to rate or fee regulation by a federal.state,or local governmental entity or an agency of a federal,state.or local governmental entity (B) a transaction conducted at a price aria subject to terms available to the public.or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income. that exceeds$2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government ofliceror a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendo-has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity.or a family member of the officer.described by Section 176.003(a)(2)(A) (2) has given a local government officer of that local governmental entity,or a family member of the officer.one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B).excluding any gift described by Section 176.003(a-1) or (3) has a family relationship with a local government officer of that local governmental entity. (a-1 t The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application,response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the dale the vendor becomes aware. (A) of an employment or other business relationship with a local government officer.or a family member of the officer,described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Etbcs Commission vnvw eth cs state ix us Revised 't 3C1'2cr5 SECTION H LATADocument A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Name.legal watiti and udd,riai (Nance,legal.rtanit and principal place al-business) i h=.s document nas important legal oonsecuences Consultation wth an attorney;a ercotoaged with OWNER: (Name,legal%haler will address, readed its carplet r+or modification. Any singular reference to Contractor.Surety.Owner or other parry s'tot be considered CONSTRUCTION CONTRACT plural where applicable I)atc: Amount: I)escription: // a/ne and loca/irntl BOND Datc: (Not earlier than l'onctn,ct/nn t'nntrari lure I Amount: Modifications to this Bond: 0 None ❑See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corm/rule Sera/ Company: (t'nrroru/r.Seal, Signature: Signature: Name Name and Title: and"title: (Amy additional rignatares appear on the luw page of ihi%Pucnrent Bondi (FOR INFORMATION(INLY h'ume,addrekt and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect.Engineer or other part':1 Document A312"—2010 Payment Bond.Copyright 0 2010 by The Arnericar institute of Architects.All rights reserved.WARNING.This AIA' Document is protected by U 5 Copyright Law and International Treaties,Unauthorized reproduction or distribution of this AIA'Document,or 1 any portion of d,may result III sorere civil and criminal penalt''ey,arid will be prosecuted to the Ina/Intern anent possible under the Isw To report copyrgnt yroatioie of ALA Contract Documents u-mat The American Institute or Architects-legal aouneel.copy'gnf@aia 311 an in §1 The Contractor and Surety.jointly and severally.bind themselves.their heirs.executors.administrators.successors and assigns to the Owner W pay for labor.materials and equipment furnished for use in the performaue of the Constniction Contract.which is incorporated herein by reference.subject to the following terms. 12 If the Contractor promptly makes payment of all sums due to Claimants,and defends.indemnifies and holds harmless the Owner front claims,demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract.then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims.demands.liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor.materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands.liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3.the Surety shall promptly and at the Surety's expense defend.indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants.who do not have a direct contract with the Contractor. .1 have furnished a written notice of non-payment to the Contractor.stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was.furnished or supplied or for whom tlx:labor was done or performed.within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim:and 2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants.who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2.whichever is applicable.the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant.with a copy to the Owner.within sixty(60)days after receipt orate Claim. stating the amounts that are undisputed and the basis for challenging any amounts that are disputed:and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim.except as to undisputed amounts for which the Surety and Claimant have reached agreement.If.however.the Surety fails to discharge its obligations under Section 7.1 or Section 7.2.du Surety shall indemnify the Claimant for the reasonable attor ey's fees the Claimant incurs thereafter to recover any sums found to he due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond.plus the amount of reasonable attorney's fees provided under Section 7.3.and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor uncle-the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any.under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond.they agree that all funds earned by the Contractor in the performance ot'the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds fur the completion oldie work. toil Aw Document A312".-2010 Payment Gorhd.Copyrtght A 20t0 by The American Institute of Architects.All rights reserved.WARNING This ALA' Document,x protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA'Document or .1 airy portion of d,may result in severe civil and criminal penalties,and will be prosecuted to the martmurn extent possible under the law To repo'ccpyrgt violations of MA Contract Documents:elms The American Institute oi Architects'legs callowt copy/villa/ilia org §10 the Surety shall not he liable to the Owner.Claimants or others fur obligations oldie Contractor that are unrelated to the Construction Contract. the Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond.and shall have under this Bond no obligation to make payments to.or give notice on behalf of.Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change.including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall he commenced by a Claimant under this Bond Other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 52,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the('onstruction Contract.whichever of(I)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety.the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims.however accomplished,shall be sufficient compliance as of the date r.veived. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed.any provision in this Bond conflicting with said statutory or legal requirement shalt be deemed deleted heret'om and provisions conforming to such statutory or other legal requirement shall he deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Cpon request by any person or entity appearing to he a potential beneficiary of this Bond.the('onlr ctia and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant: .2 the name of the person for whom the labor was done,or materials or equipment furrishcxl: .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract: .4 a brief description of the labor.materials or equipment furnished: .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract: .6 the total amount earned by the Claimant for labor.materials or a quiprnent furnished as of the date of the Claim: .7 the total amount of previous paymimts received by the Claimant:and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the: Contractor to furnish labor.materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or tunny that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor.materials or equipment"that part of water.gas,power.light_heat.oil, gasoline.telephone service or rental equipment used in the Construction Contract.architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors.and all other items for which a mechanic's lien may he asserted in the jurisdiction where the labor.materials or equipment were furnished. §16.3 Construction Contract. the agreement between the Owner and Contractor identified on the cover page. including all Contract Documents and all changes made to the agreement and the Contract Documents. A,A Document A312"'-2010 Payment bond.Copyright a ZOte by The Arr<encan Institute or Architects.AU rights reserved.WARNING This AIA` f'tstr urnent is protected by U.S Copyright Law and tntem3tionat Treaties.Unauthorized reproduction or distribution est tms Ale Document.or 3 any portion of It.may result in severe civil and criminal penalties,anti will be prosecuted to the maximum extent possible under the law To report copyright vitiations of AIR Contract Documents mo'a,The American,esilute of A,&&ecg'legal cornet copynght0a a cry §16.4 Owner Default.Failure of the Owner,which has nut been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor.the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Ctmtnntor. §18 Modifications to this bond arc as follows: /Space is providecl below fire-additional signatures ofadded parties.other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (C"orporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Narne and Title: Address Address lull AMA Document A312"..—2010 Payment Bono.copyright o 2010 by The American Mainline nil ArChnects.All rights reserved.WARNING.This Ate Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of the AtA`Document,or 4 any portion of it,may result in severe civil and criminal penalties,and will b e prosecuted to the maximum extent possible under the law 'o report copyright vWlabons of AMA Contract Docunrerts.e-mail The A+rauian lnstiluas of Arztr,tecs'lega counsel,rxapyright aia.org SECTION I ffi CERTIFICATE OF LIABILITY INSURANCE DATE (MfAODY1YY) A�'ORO THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME:_ PHONE _... FAXING, _...._. (AIC.No.E;R: — i No): E-MML ADDRESS: INSURERS)AFFORDING COVERAGE NAIC S INSURER A: INSURED INSURER B: INSURER C INSURER 0 INSURER E_ ,INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 'INSR>� ADDL SUBR� ! POLICY EFF POUCYEXP LTR TYPE OF INSURANCE OiBR WVDI POLICY NUMBER UNITS .,(Mk6•DD±YYYY) (MWDD/YYYY1 GENERAL UABWTY i EACH OCCURRENCEAMAGE TO S L I COMMERCIAL GENERAL LIABILITY I PREM PREMISES(EaENTED occurrence) I I 'S CLAIMS-MADE I I OCCUR i MED EXP(A-ly one person) $ PERSONAL SADV INJURY S GENERAL AGGREGATE $ GEM.AGGREGATE LIMIT APPLIES PER- j PRODUCTS-COMP/OP AGO S JECT POLICY I ! I 1 L. __ $ AUTOMOBILE LIABILITY j t,OMBINED SINGLE LIMIT a accident) $ ANY AUTO BODILY_ INJURY(Per person) S ALL OWNED SCHEDULE BODILY INJURY(Per accident) S AUTOS N AUTO: ( N I I PROPERTY DAMAGE HIRED AUTOS AUTOS ED f ,(PerAccideni) ; ' i _ (UMBRELLA LIAB OCCUR ( LEACH OCCURRENCE 8 EXCESS LAB CLAIMS-MADE AGGREGATE • DED I I RETENTIONS I S WORKERS COMPENSATION I TVVCORT ATU- I I T AND EMPLOYERS'LIABILITY YIN E ER ANY PROPRIETORIPARTNERiEXECUTNE EL EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED' N/A; (Mandatory in NH) I j EL.DISEASE-EA EMPLOYEE $ If yes,describe under • __— DESCRIPTION OF OPERATIONS below El DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS r LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD SECTION J VA I .• 4• 7 A Document A312TM - 2010 Performance Bond CONTRACTOR: SURETY: (Name,legal.status and address) (Name,legal status and principal place of business) This document has dnportant legal consequences.Consultation with an Varney is encouraged with OWNER. respect to its completion or (Name.legal status and address) modncation. Any singular reference to Contractor,Surety,Owner or other party shall be considered CONSTRUCTION CONTRACT ducal where applicable Date: Amount: Description: /Name and lucatton) BONO [late: (Not earlier than Construction Contract Dale) Amount: Modifications to:his Bond: 0 None 0 See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (('ur-prrrate Scar Company: (("rnxrratr Sea/) Signature: Signature: Name Name and Title: and Title: (Art,rxlditiona/.signatures appear on the last page of this Perfurmunce Rand) (FOR INFORMATION ONLY Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect.Engineer or other party) AIA Document A312"r-2010 Performance Bond.Copyright02010 by The Ar vican IrishLAe a&Architects All rights reserved.WARNING-This Init. AlA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document, 1 Or any portion of It.may result in severe mail and c Ofinnat penalties,nid will be W4sui utud to the maximum intent possible under the taw.To report copyrnght violators of ADP.Contract Documents e-nal The Amencan InstS,te of Arctsteds legal counsel.copyngtt@aia.yg en„o §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors.administrators.successors and assigns to the Owner for the performance of the Construction Contract.which is incorporated herein by referent-v. §2 If the Contractor performs the Construction Contract.the Surety and the Contractor shall have no obligation under this Rood,except when applicable to participate in a conference as provided in Section 3. §3 II"there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner lirst provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner.Contractor and Surety to discuss the C'ontractor's performance.lithe Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice. request such a conference. If the Surety timely requests a conference,the( oner shall attend.Unless the Owner agrees otherwise.any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. If the Owner.the Contractor and the Surety agree.the Contractor shall be allowed a reasonable time to perform the Construction Contract. but such an agreement shall not waive the Owner's right.if any.subsequently to declare a Contractor Default; 2 the Owner declares a Contractor r Default.terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Constuction Contract. §4 Failure on the part oldie Owner to comply with die notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3.the Surety shall promptly and at the Surety's expense. take one of the following actions: §5.1 Arrange for the Contractor.with the consent of the Owner,to perform and complete the Construction Contract: §51 Undertake to perform and complete the Construction('ontract itself.through its agents or independent contractors: §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner tiff a contract for performance and completion of the Construction('ontract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence.to he secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction('ontract.and pay to the Owner the amount of damages as described in Section 7 in excess oldie Balance of the Contract Price incurred by the Owner as a result of the('contractor lefault;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount fur which it may be liable to the Owner and.as soon as practicable after the amount is determined.make payment to the(honer.or 2 Deny liability in whole or in part and notify the Owner.citing the reasons for denial. §6 If the Surety Coes not proceed as provided in Section 5 with reasonable promptness,the Surety shall he deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond.and the Owner shall be emitted to enforce any remedy available to the Owner.lithe Surety proceeds as provided in Section 5A.and the Owner refuses the payment or the Surety has denied liability.in whole or in part.without further notice the Owns-shall be entitled to enforce any remedy available to the Owner. tn�. AlA Document A312''—2010 Performance Bond.Copyright(2010 try The American institute of Ardules.AN rights reserved.WARNING This Ale Document is protected by U S.Copyright Law and International treaties Unauthorized reproduction or distribution of this AIA`Document 2 or any portion of it,may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the taw.To l report copyright violations o'AlA C,ontrad Documents.e'moA The American tnsl8ute of Architects legal counsel copyngl'ttara erg §7 If the Surety elects to act under Section 5.1.5.2 or 5.3.then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price.the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal.design professional and delay costs resulting from the C'ontractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages.or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance nce of the Contractor. §8 If the Surety elects to act under Six-lion 5.1.5.3 or 5.4.the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract.and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of actium shall accrue on this Band to any person or entity other than the Owner or its heirs.executors.administrators.successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts.purchase orders and other obligations. §11 Any proceeding,legal or equitable.under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years alter a declaration ofContractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond.whichever occurs first.If the provisions of this Paragraph are void or prohibited by law.the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety.the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the('ontractor under the Construction Contract after all proper adjustments have been made,including allowance to the('ontractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the(ontracto r as entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under die Construction Contract. §142 Construction Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreetne7nt and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor.which has not been remedied or waived.to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner.which has not been remedied or waived.to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor.the term Cont-actor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be('ontractor. unit AiA Document A312'.—2010 Performance Bond.Copyright to 2010 by The Amancan institute of Arctidecta.All rights reserved.WARNING:This AIAg Document is prtnected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of this MA'.Document. 3 or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law To report copyright violations 0 AlA Contract Documents.e-maii The American Instduie 0 Architects'legal counsel copyrgnt@aia erg S 16 Modifications to this bond an:as follows: (Space is provided he/rn. fin-additional.signatures n/added purlics,other than those appearing on the cower page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate.Seal) Company: (('or/um-ate,Scull Signature: Signature: Name and Title: Name and Title: Address Address Irtlt AM Document A3f2'mr—2010 Performance Bond.Copyright 02010 by Tie American Institute of Architects.AN rights reserved.WARNING This AIA Document is protected by U.S.Copyright Liw and international Treaties.Unauthorized reproduction or distribution of this AIA`Document 4 or any portion of it,may result'm severe civil and criminal penalties.arid will be prosecuted to the maximum eaten*possible under the law To report copyngm votatons of AIA Contract Doom:melts.a-mad The Antescan Imtetle a Asctleeas legal counsel.copyrgt gia,a ag SECTION K House Bill 89 Verification I_ Bruce Reyes (Person name), the undersigned representative (hereafter referred to as -Representative") of Construction Managers of Southeast Texas LLC (company or business name, hereafter referred to as "Business Entity"). being an adult over the age of eighteen (18) years of age. after being duly sworn by the undersigned notary. do hereby depose and affirm the following. 1. That Representative is authorized to execute this verification on behalf of Business Entity 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur: and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with. terminating business activities with, or otherwise taking any action that is intended to penalize inflict economic harm on, or limit commercial relations specifically with Israel or with a person or entity doing business in Israel or in an Israeli-controlled territory. but does not include an action made for ordinary business purposes / SIGNATUE E-0F'R ESENTATIVE SUBSC II,B�ED AND SWORN TO BEFORE ME. the undersigned authority, on this day of _ r29C/,- 20 .96 I eir p%m, HEATHER BREWER '`+�',n MY COMMISSION EXPIRES *', \ * 3/24/2029 a I NOTARY ID: 130522ss1 1 iteiAVAR/ /. / Notary Public SECTION L NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01. et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm. corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Bruce Reyes Title: CEO - Company: �_—_�--_ ___ _ Construction Manage ers of Southeast Texas LLC Date: /10/2025 SUBSCRIBED and sworn to before me the undersigned authority by '`CI the on behalf of said bidder. of. o AY.P HEATHER BREW ?; t MY COMMISSION EXPIRES Notary Public in and for the ✓ *,;�� � * 3/24/2029 ( State of Texas 'y4;i-- ' NOTARY ID: 130522861 • ' My commission expires: DPI SECTION M AFFIDAVIT All pages in Offeror's Responses containing statements. letters. etc.. shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 further agree to pay succeeding debts as they become due. X I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. _ I hereby certify that 1 do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Construction Managers of Southeast Texas LLC 9/10/2025 Firm Name Date CEO Authorized Signature Title Bruce Reyes 409-736-9010 Name(please print) Telephone breyes@cmosetx.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named 1SY-Vi_L°'e✓ 9 2$' on this the day of Sef evil-°Qk HEATHER BREWER 1 — MY COMMISSION EXPIRES , Notary ublic "' i` 't 3/24/2029 ," NOTARY ID: 130522861 RETURN TMS ArFTDAVTT AS PART OF THE BID PROPOSAL SECTION N SB 252 CHAPTER 2252 CERTIFICATION 1, Bruce Reyes ,the undersigned and representative of Construction Managers of Southeast Texas LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 801.051 or Section 2253.153. 1 further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Bruce Reyes Name of Company,/ presentative (Print) Signature of Company Representative 9/10/2025 Date SECTION 0 "General Decision Number: TX20250038 01/03/2025 Superseded General Decision Number: TX20240038 State: Texas Construction Type: Highway Counties: Austin, Brazoria, Chambers, Fort Bend, Galveston, Hardin, Harris, Jefferson, Liberty, Montgomery, Orange, San Jacinto and Waller Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (1) . If the contract is entered I . Executive Order 14026 I into on or after January 30, I generally applies to the I 2022, or the contract is I contract. I renewed or extended (e.g., an I . The contractor must pay I option is exercised) on or I all covered workers at I after January 30, 2022: I least $17.75 per hour (or I the applicable wage rate I I listed on this wage I determination, if it is I higher) for all hours I I spent performing on the I contract in 2025. I I I If the contract was awarded on 1 . Executive Order 13658 I or between January 1, 2015 and generally applies to the January 29, 2022, and the I contract. I contract is not renewed or I . The contractor must pay all extended on or after January I covered workers at least I 30, 2022: I $13.30 per hour (or the I applicable wage rate listed I on this wage determination, I if it is higher) for all I hours spent performing on I I that contract in 2025. I I 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 SUTX2011-013 08/10/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving and Structures) $ 12.98 ** ELECTRICIAN $ 27.11 FORM BUILDER/FORM SETTER Paving & Curb $ 12.34 ** Structures $ 12.23 ** LABORER Asphalt Raker $ 12.36 ** Flagger $ 10.33 ** Laborer, Common $ 11.02 ** Laborer, Utility $ 11.73 ** Pipelayer $ 12.12 ** Work Zone Barricade Servicer $ 11.67 ** PAINTER (Structures) $ 18 . 62 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.06 ** Asphalt Paving Machine $ 14.32 ** Broom or Sweeper $ 12.68 ** Concrete Pavement Finishing Machine $ 13.07 ** Concrete Paving, Curing, Float, Texturing Machine $ 11.71 ** Concrete Saw $ 13.99 ** Crane, Hydraulic 80 Tons or less $ 13.86 ** Crane, Lattice boom 80 tons or less $ 14 .97 ** Crane, Lattice boom over 80 Tons $ 15.80 ** Crawler Tractor $ 13.68 ** Excavator, 50,000 pounds or less $ 12.71 ** Excavator, Over 50,000 pounds $ 14.53 ** Foundation Drill, Crawler Mounted $ 17.43 ** Foundation Drill, Truck Mounted $ 15.89 ** Front End Loader 3 CY or Less $ 13.32 ** Front End Loader, Over 3 CY $ 13.17 ** Loader/Backhoe $ 14 .29 ** Mechanic $ 16.96 ** Milling Machine $ 13.53 ** Motor Grader, Fine Grade $ 15.69 ** Motor Grader, Rough $ 14.23 ** Off Road Hauler $ 14.60 ** Pavement Marking Machine $ 11.18 ** Piledriver $ 14 .95 ** Roller, Asphalt $ 11.95 ** Roller, Other $ 11.57 ** Scraper $ 13.47 ** Spreader Box $ 13.58 ** Servicer $ 13.97 ** Steel Worker Reinforcing Steel $ 15.15 ** Structural Steel Welder $ 12.85 ** Structural Steel $ 14.39 ** TRUCK DRIVER Low Boy Float $ 16.03 ** Single Axle $ 11.46 ** Single or Tandem Axle Dump $ 11.48 ** Tandem Axle Tractor w/Semi Trailer $ 12.27 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30) . Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii) ) . The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type (s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate) , a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024 . PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024 . UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6 (c) (1) . State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g) -(h) . Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. END OF GENERAL DECISION"